Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
REQUEST FOR PROPOSAL
For
Selection Of
Project Management Consultant (PMC) For
Implementation of Integrated Water Augmentation Project For Korba Part II
under Mission AMRUT
MUNICIPAL CORPORATION, KORBA
Saket Bhavan, ITI, Rampur, Distt- Korba, Chhattishgarh Phone – 07759-221288 , Fax – 07759-221929
Website : www.korbamunicipal.in/ Email : [email protected]
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
2 | P a g e
� Section 1 - Letter of Invitation
� Section 2 - Instruction to Bidders Including Data
Sheet and Evaluation Criteria
� Section 3 - Appendixes, Technical and Financial
Proposal Standard forms
� Section 4 - Background Information, Scope of work
for PMC and Terms of References (ToR)
� Section 5 - Standard Form of Contract
� Section 6 - Pre Contract Integrity Pact
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
3 | P a g e
SECTION 1
COVER LETTER
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
4 | P a g e
MUNICIPAL CORPORATION KORBA
Saket bhavan, ITI, Rampur Distt- Korba, Chhattishgarh Phone – 07759-221288 , Fax – 07759-221929
Website : www.korbamunicipal.in/ Email : [email protected]
*******************
*************************************************************************************************************************************************************
Request for Proposal
No. / /KMC/2017/ 7678 Korba, Dated:- 15/06/2017
Proposals are invited from qualified & experienced firms for selection of a Project
Management Consultant (PMC) for implementation of water augmentation supply project
at Korba Part II under Mission AMRUT. Information Docket cum RFP form can be
obtained from the office of the under signed by submitting Rs. 10000.00 (Rs. Ten
thousand) or can be downloaded from Website: www.korbamunicipal.in while submitting
downloaded docket a demand draft of Rs. 10000.00 (Rs. Ten thousand only) in favour of
Commissioner, Municipal Corporation Korba, payable at Korba shall be submitted.
Proposal along with required documents as specified in the information Docket cum RFP
form shall be sent to office of undersigned by the speed post/registered post only, latest
by 11/07/2017, 15.00 Hrs. Modifications/Amendments/Corrigendum, in RFP if any
shall not be advertised in the news paper but shall be published in the web site only. The
undersigned reserve the right to change the terms and conditions, select/reject any
application without assigning any reasons thereof.
Commissioner Municipal Corporation Korba
Korba Chhattisgarh
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
5 | P a g e
MUNICIPAL CORPORATION KORBA
Saket bhavan, ITI, Rampur Distt- Korba, Chhattishgarh Phone – 07759-221288 , Fax – 07759-221929
Website : www.korbamunicipal.in/ Email : [email protected]
*************************************************************************************************************************************************************
REQUEST FOR PROPOSAL(RFP) NOTICE
No. / /KMC/2017/ Korba, Dated:-
SELECTION OF AGENCY FOR PROJECT MANAGEMENT CONSULTANCY (PMC) FOR IMPLEMENTATION OF WATER SUPPLY PROJECT KORBA PART II UNDER AMRUT
MISSION.
Through this notice, Municipal Corporation, Korba(CG), invites proposal for selection of agency for Project Management Consultant (PMC) for implementation of water supply project Korba Part II under Mission AMRUT. Interesting organizations should provide information demonstrating that they have the required qualification and relevant experience to perform the relevant tasks. Detailed information docket may be downloaded from official departmental website www.korbamunicipal.in or may be obtained from the office of the undersigned during office hours RFP( as mentioned in the information docket ) along with the bid processing fees of Rs. 10000/- must be delivered through registered post/ speed post only on the address above to
reach Up to 15.00 hrs; Date:-06 /07 /2017.
Modifications/Amendments/Corrigendum, in RFP if any shall not be advertised in the
news paper but shall be published in the web site only. The undersigned reserve the right to change the terms and conditions, select/reject any application without assigning any reasons thereof.
Commissioner Municipal Corporation Korba
Chhattisgarh
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
6 | P a g e
Disclaimer
The information contained in this Request for Proposal ("RFP") document provided to the
Bidder(s), by or on behalf of Municipal Corporation Korba , (KMC) or any of its employees
or advisors, is provided to the Bidder(s) on the terms and conditions set out in this RFP
document and all other terms and conditions subject to which such information is
provided.
The purpose of this RFP document is to provide the Bidder(s) with
information to assist the formulation of their Proposals. This RFP document does not
purport to contain all the information each Bidder may require. This RFP document may
not be appropriate for all persons, and it is not possible for KMC, its employees or
advisors to consider the business/investment objectives, financial situation and particular
needs of each Bidder who reads or uses this RFP document. Each Bidder should conduct
its own investigations and analysis and should check the accuracy, reliability and
completeness of the information in this RFP document and where necessary obtain
independent advice from appropriate sources. KMC, its employees and advisors make no
representation or warranty and shall incur no liability under any law, statute, rules or
regulations as to the accuracy, reliability or completeness of the RFP document.
KMC may, in its absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information in this RFP document or modify it by
uploading the same in the website www.korbamunicipal.in.
Commissioner Municipal Corporation Korba
Korba Chhattisgarh
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
7 | P a g e
SECTION 2
INSTRUCTIONS TO BIDDERS
� Key Information & Event Schedule
� Instructions to Bidders
� Data Sheet
� Evaluation Criteria for Technical Proposal
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
8 | P a g e
Key Information and Event Schedule
S. N.
Description
1. Web Address to download the RFP
www.korbamunicipal.in
2 Last Date of Receipt of
Pre-Bid Query
Date: 27 /06 /2017 ; Time: 15.00 hrs
3 Format for Sending the Query.
The Query related to the RFP must be sent to KMC in the format as given As per Clause 12, Instructions To Bidders , Section-2 of this RFP.
4 Date of Pre-Bid Meeting Date27 /06 /2017 ; Time: 15.00 hrs Municipal Corporation Korba , Distt – Korba , C.G.
5 Last date and time of Submission of Bid (Bid Due Date)
Up to 15.00 hrs; Date: 06 /07 /2017
6 Mode of Submission of RFP
Through speed post /registered post only. Note:- No drop box facility will be available.
7 Opening of Technical Bid At 16:30 hours (IST) or thereafter; Date: 07/ 07 /2017
8 Date of opening of Financial Bid
To be intimated later to the technically qualified bidders.
9 Duration of services: As per Clause 9, Instructions To Bidders , Section-2 of this RFP.
10 Cost of RFP Document As per Clause 4.1, Instructions To Bidders , Section-2 of this RFP.
11 Earnest Money Deposit As per Clause 11 , Instructions To Bidders , Section 2 of this RFP.
12 Validity of proposal As per Clause 10 , Instructions To Bidders , Section 2. of this RFP.
13 Selection Process Quality (70%) cum Cost (30%) Based Selection
QCBS - 70:30
14 Representative/Contact Person of KMC, for further information
• R.K. Maheshwari, Executive Engineer- 9425224727)
• Office 07759-221288
15 Evaluation Criteria As per Section -2, Appendix –I
16. Address where Bidders must sent proposal
“Commissioner, Municipal Corporation -Korba” Dist –Korba ,Chhattisgarh
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
9 | P a g e
INSTRUCTION TO BIDDERS
1. INTRODUCTION
Municipal Corporation (Nagar Nigam) Korba, C.G. (KMC) an urban local body
constituted and regulated under the C.G. Municipal Corporation act, 1961. As a part of
its development activities, KMC proposes to augment the Present Water Supply Project
for Municipal area of Korba Part I. (“The Project”).
2. INVITATION TO SUBMIT PROPOSALS
KMC invites detailed proposals from eligible consultancy firms registered under
relevant act of Govt. of India/State whichever applicable. (“Bidder”) for providing
Project Management Consultancy Services for implementation of "Integrated Water
Augmentation Project for Korba Part II under Mission AMRUT within the
Municipal Corporation Area. (“The Assignment”), in prescribed format set out in the
RFP.
3. MINIMUM ELIGIBILITY CRITERIA FOR BIDDERS
i. The Bidders eligible for participating in the Assignment shall be a single Business
Entity (Joint Venture/Consortium of firms not allowed), with Registration under an
appropriate legal framework as applicable as a company/origination/firm etc.,
ii. The bidder shall have at least five years of experience of providing similar services,
a. The bidder must have undertaken and completed at least Two Design &
Supervisions/ Management Consultancy services for Development of
Integrated Urban Water supply project /Integrated Sewerage Projects of Project
Cost not less than Rs. 100 crores each under any State
Government/UT/GoI/PSU/ULB,s or any central or State govt. undertaking in
India in last five financial years.
Or
b. The bidder must have undertaken and completed at least Three Design &
Supervisions/ Project Management Consultancy services for Development of
Urban Water supply project /Sewerage Projects of total value not less than Rs.
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
10 | P a g e
80 crores each under any State Government/UT/GoI/PSU/ULB,s or any
Central or State Govt. undertaking in India in last five financial years.
Or
c. The bidder must have undertaken and completed Design &
Supervisions/Project Management Consultancy services for Development of
Urban Water supply project /Sewerage Projects of any values but the total
value of such Projects must not be less than Rs. 400.00 crores under any State
Government/UT/GoI/PSU/ULB,s or any State in India in last five financial
years
iii. The bidder shall have undertaken at least a single project (Presently ongoing) of
Design & Supervision/ Project Management Consultancy Services for Development
of Urban Water Supply Project/Sewerage project under any State
Government/UT/GoI/PSU /ULB's or any Central or State Govt. undertaking in
India of not less than 100 crores in last five financial years.
iv. The Bidders shall have average annual turnover of not less than Rs. 300.00 lacs in
similar nature of work in the last three financial years prior to 31st March 2017 .
v. The Bidders shall have positive net worth in the last three financial years prior to
31st March 2017 .
vi. Any entity, which has earlier been barred by Government of
Chhattisgarh (GoCG), or any other state government in India (SG)/ ULB`S or
Government of India (GoI), or any of the agencies of GoCG/SG/GoI from
Participating in its projects and the bar subsists as on the Proposal Due
Date, shall not be eligible to submit a Proposal.
vii. Must have valid registration for income tax and service tax.
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
11 | P a g e
4. General:
4.1 The RFP document can be downloaded from the web site
www.korbamunicipal.in/ and be used provided that while submitting the
proposal it should be accompanied with a non refundable processing fee in the
form of a crossed Bank Draft for Rs. 10,000 (Indian Rupees Ten Thousand only)
from a Nationalized/ Scheduled bank in India, in favor of the Commissioner,
KMC, payable at Korba towards the Processing fee. The proposal without the
processing fee will not be considered for evaluation.
4.2 KMC intends to appoint a single entity for the assignment. The aggregated
block estimated cost of the integrated water augmentation at KMC is
approximately around Rs 207 cr. KMC is anticipating the completion of the
project within next 30 Months that may need project management services.
However, KMC shall have the discretion to increase or decrease the scope of
services under the assignment.
4.3 The Project Management Consultancy Team shall comprise of a Team of
Requisite Professionals headed by the Team Leader. The Team Leader shall be
responsible for overall supervision, coordination and management of the project
assignment.
4.4 The Team leader shall be deployed within 15 days of the written intimation
issued by KMC whereas the other members of Project Management Team shall
be deployed within 30 days of written intimation issued by KMC, as required.
5 KMC intends to select a Project Management Consultant for the Assignment. The
ToR and the scope of services are set out in Section 4.
6 The RFP Document can also be downloaded from the website
www.korbamunicipal.in
7 The Proposals received from eligible technical consultants shall be evaluated on the
basis of the criteria set out in this RFP document. Each Bidder shall submit a
maximum of one (1) Proposal for the Assignment. Any Bidder who submits more
than one Proposal for the Assignment shall be disqualified. The Bidder shall also be
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
12 | P a g e
responsible and shall pay for all of the costs associated with the preparation of its
Proposal and its participation in the bidding process.
8 The Successful Bidder is required to enter into a Consultancy Agreement with KMC
and the draft of the same is set out in Section 5. The fees shall be paid to the
Successful Bidder by KMC in the manner as set out in the Draft Consultancy
Agreement.
9 The Consultancy period shall be initially for 30 months effective from the joining
date of the Team leader which can be extended by another term of one year which
remains the sole discretion of KMC. However, the PMC team, of the given project/s
shall continue to work till the completion of that/those project/s. The rates quoted
for the project shall remain firm for initial 30 months period and shall be increased
by 10% on the rates quoted above previous year billing rate for the next 12 months
of the consultancy period. In case the services are required to be increased any
further beyond the 12 months there shall be an increase of consultancy fee by 10%
per annum on the previous year billing rate.
10 The Proposal shall remain valid for a period not less than 120 days from the
Proposal Due Date (Proposal Validity Period). KMC reserves the right to reject any
Proposal, which does not meet this requirement. The proposal validity period may
further be extended on mutual consent.
11 EARNEST MONEY DEPOSITE ( EMD)
i. Proposal should necessarily be accompanied by an Earnest Money Deposit for an
amount of Rs. 500,000/- (Rs. Five Lakh only) in the form of a Demand Draft/ FDR in
favour of the Commissioner, Korba , on any Nationalized/ Scheduled bank,
payable at Korba.
ii. EMD shall be returned to the unsuccessful Bidders within a period of two (2) weeks
from the date of issue of Letter of intent (LoI) to the Successful Bidder. EMD
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
13 | P a g e
submitted by the Successful Bidder shall be adjusted towards the performance
security and retained by KMC.
iii. EMD shall be forfeited in the following cases:
a) if any information or document furnished by the Bidder turns out to be
misleading or untrue in any material respect; and
b) If the successful Bidder fails to execute the Consultancy Agreement within
the stipulated time or any extension thereof provided by KMC.
c) If the bidder withdrawn its offer after submitting the proposal
12 Any query regarding the RFP shall be entertained if it has been submitted in the below format. S.No Query Subsequent clause
mentioned in the RFP related to the
query
Subsequent Section of the RFP related to
the query
1
2
3
13 CLARIFICATIONS AND AMENDMENTS TO RFP DOCUMENTS
a. At any time before the proposal due date the KMC may, whether at its own
initiative, or in response to a clarification requested by a firm, amend the RFP by
issuing an amendment. The amendment shall be uploaded in the website
(www.korbamunicipal.in/) only. The amendments shall be binding on the
bidders. To give bidders reasonable time to take an amendment into account in
their proposals, the KMC may at its discretion, if the amendment is substantial,
extend the deadline for the RFP submission by uploading a notice in the website
of KMC only. In case there is a substantial change in RFP, KMC will publish the
revised RFP. Revised RFP will be uploaded in the website
(www.korbamunicipal.in/) and the same should be submitted.
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
14 | P a g e
14 CONFLICT OF INTEREST
KMC’s policy require that selected bidders under contracts provide
professional, objective, and impartial advice and at all times hold the KMC’s
interests paramount, avoid conflicts with other assignments or their own
corporate interests and act without any consideration for future work. Bidders
shall not be engaged for any assignment that would be in conflict with their
prior or current obligations of KMCs, or that may place them in a position of not
being able to carry out the assignment in the best interest of KMC. Without
limitation on the generality of the foregoing, bidders, and any of their associates
shall be considered to have a conflict of interest and shall not be engaged under
any of the circumstances set forth below:
(i) If a consultant combines the function of consulting with those of contracting
and/or supply of equipment; or
(ii) If a consultant is associated with or affiliated to a contractor or manufacturer;
or
(iii) If a consultant is hired or enrolled by a contractor or a manufacturing
firm for the projects(s) under assignment. offering services as bidders for the
consultant should include relevant information on such relationships along
with a statement in the Technical proposal cover letter to the effect that the
consultant will limit its role to that of a consultant and disqualify itself and
its associates from work, in any other capacity or any future project within
the next 30 Months (subject to adjustment by KMC in special cases), that may
emerge from this assignment (including bidding or any part of the future
project). The contract with the consultant selected to undertake this
assignment will contain an appropriate provision to such effect; or
(iv) If there is a conflict among consulting assignments, the consultant
(including its personnel) and any subsidiaries or entities controlled by such
consultant shall not be engaged for the relevant assignment.
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
15 | P a g e
15 FRAUD AND CORRUPTION
KMC requires that bidders to observe the highest standard of ethics during the
selection process and in execution of contracts. In pursuance of this policy, the
KMC:
(i) defines, for the purposes of this provision, the terms set forth below as
follows:
(a) “corrupt practice” means the offering, giving, receiving, or soliciting,
directly or indirectly, of anything of value to influence the action of any
party in the consultant selection process or in contract execution;
(b) “fraudulent practice” means a representation or omission of facts in
order to influence a selection process or the execution of a contract;
(c) “collusive practices” means a scheme or arrangement between two or
more bidders, designed to influence the action of any party in a
consultant selection process or the execution of a contract;
(d) “coercive practices” means harming or threatening to harm, directly or
indirectly, persons or their property to influence their participation in a
consultant selection process, or affect the execution of a contract;
and
(ii) KMC will reject a proposal for award if it determines that the consultant
recommended for award has directly, or through an agent, engaged in
corrupt, fraudulent, collusive, or coercive practices in competing for the
contract in question;
(iii) KMC will sanction a party or its successor, including declaring ineligible,
either indefinitely or for a stated period of time, such party or successor from
participation in KMC-financed activities if it at any time determines that the
consultant has, directly or through an agent, engaged in corrupt, fraudulent,
collusive or coercive practices in competing for, or in executing, an KMC-
financed contract; and
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
16 | P a g e
(iv) KMC will have the right to require that, in consultant selection
documentation and in contracts financed by the KMC, a provision be
included requiring bidders to permit the KMC or its representative to inspect
their accounts and records and other documents relating to consultant
selection and to the performance of the contract and to have them audited by
auditors appointed by the KMC.
16 PREPARATION OF THE PROPOSAL
a. The proposal shall be in English language. The original proposal (Key
submissions, Technical and Financial proposals) shall contain no interlineations
or overwriting, except as necessary to correct errors made by bidders themselves.
Any such corrections, interlineations or overwriting must be initialled by the
person(s) who had signed the proposal. The authorized representative of the
bidder shall initial all pages of the original hard copy of the Key Submissions,
Technical and Financial proposal. All the documents should be Hard Bound.
i. Bidder’s proposal (the proposal) shall consist of three (3) envelopes -
Envelope-1 Key submissions
Envelope-2 Technical proposal
Envelope-3 Financial proposal
ii. The bidder shall submit Original hard bound document in each of the
above envelopes and shall also submit a soft copy in CD ROM of all the
contents of “Key Submission” and “Technical Proposal” in a separate
cover in Envelope – 2.
iii. Soft copy of financial proposal shall not be submitted
iv. The contents of the envelopes are set out in sub para ‘b’ below
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
17 | P a g e
b. Envelope 1: “Key Submissions”
The following documents shall be submitted in Envelope 1 –
i. Letter of proposal in the prescribed format (Appendix A);
ii. A non refundable processing fee as a crossed demand draft is
required to be enclosed for an amount of Rs. 10,000 (Rupees Ten
Thousand only) drawn in favor of COMMISSIONER, Municipal
Corporation Korba , (KMC) on any scheduled bank, payable at Korba,
Chhattisgarh.
iii. Earnest Money Deposit for an amount of Rs. 500, 000/- (Rs. Five Lakh
only) in the form of a Demand Draft/ FDR in favor of the
Commissioner, Municipal Corporation Korba, on any scheduled
bank, payable at Korba.
iv. Power of Attorney for signing the proposal in the prescribed format
(Appendix – B).
v. RFP and draft Consultancy Service Agreement duly signed in blue
indelible ink and stamped by the authorized representative of the
bidder or the bidder.
c. Envelope 2: “Technical Proposal”
The following documents shall be submitted in Envelope 2 –
(i) A brief description of the organization supported by a certified copy of
registration of the Firm and details of contact person in Form TECH-1.
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
18 | P a g e
(ii) Description of Experience of Bidder for Completed Projects to
illustrate Experience (Not to exceed A-4 size Three page for each
Project) in Form TECH-2. Experience of Project Management
Consultancy, should be supported by a certificate from an authority of
the rank of Executive Engineer/ General Manager of the client. The
certificate should clearly set out the name of the project, activities
undertaken, project cost, date of commencement and date of
completion of project management consultancy services. In case the
Project cost is not set out in the certificate from the client, the bidders
can submit a certificate from Statutory Auditor indicating the same. In
case of works done for the client other than Government/Government
undertaking, the bidder shall submit the copy of TDS, duly notarized issued by
the client for the total period of work as a proof of the payment made by the
client along with the copy of work order and the completion certificate.
(iii) Description of Experience of Bidder for Ongoing Projects to illustrate
Experience (Not to exceed A-4 size Three page for each Project) in Form
TECH-3. Experience of Project Management ,should be supported by a
certificate from an authority of the rank of Executive Engineer/ General
Manager of the client. The certificate should clearly set out the name of
the project, activities undertaken, project cost, date of commencement
and date of completion of project management consultancy services. In
case the Project cost is not set out in the certificate from the client, the
bidders can submit a certificate from Statutory Auditor indicating the
same. In case of works done for the client other than Government/Government
undertaking, the bidder shall submit the copy of TDS, duly notarized issued by
the client for the total period of work as a proof of the payment made by the
client along with the copy of work order and the Certificate of Satisfactory
Performance.
(iv) Average Annual Turn Over in last three Financial Years from
Consultancy Services in Form TECH-4. The Turn Over should be
certified by the Statutory Auditor/Chartered Accountant. Turn Over
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
19 | P a g e
not certified by Statutory Auditor/Chartered Accountant or not clearly
stating that the turn over relate to revenue received from Consultancy
Services shall not be considered for evaluation.
(v) CVs (Curriculum Viate) of all members proposed for PMC assignment
proposed should be submitted duly signed & countersigned by
authorised signatory of bidder for this assignment. It should not exceed
four pages (A-4 size) for each expert’s CV using Form TECH-5. The
name, age, nationality, background employment record, and
professional experience of each nominated expert, with particular
reference to the type of experience required for the assignment should
be presented in the CV.
(vi) All nominated experts must be Indian nationals. Only one CV should
be submitted for each position.
(vii) Each expert should confirm that the content of his/her curriculum vitae
(CV) is correct and the experts themselves should sign the certification
of the CV, the same should have counter signature by the authorised
representative of bidder. However, in special cases, the KMC may
accept a senior officer of the bidder signing the CVs on behalf of the
experts. If, for valid reasons, the experts are unable to do so, and the
bidder’s proposal is ranked first, copy of the CVs signed by the experts
concerned must be submitted to the KMC prior to the signing of
agreement.
(viii) General approach and methodology, work and staffing schedule in
from TECH-6. It should be in maximum ten (10) pages inclusive of
charts and graphs. Comments, if any, on the TOR to improve
performance in carrying out the assignment. Innovativeness will be
appreciated, including workable suggestions that could improve the
quality/effectiveness of the assignment.
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
20 | P a g e
(ix) The bidder shall submit a soft copy in CD ROM of all the contents of
“Key Submission” and “Technical Proposal” in a separate cover in
Envelope – 2
d. The Technical proposal shall not include any financial information and any
Technical proposals containing financial information shall be declared non-
responsive.
e. Envelope 3:”Financial Proposal”
(i) The Financial proposal must be submitted in hard copy using Form FIN
– 1 Bidders shall use only Indian currency in preparation of Forms FIN-
1. The billing rate shall be inclusive of – Remuneration to the personnel,
all out-of pocket expenses, cost of lodging, boarding, local travel,
transportation, documentation overhead, all the taxes, cost to company,
profits etc. Nothing shall be paid extra. The service tax shall be paid at
prevailing rates on the approved bid cost.
(ii) The Remuneration corresponding to personnel should also include all
the taxes, all out of pocket expenses, their lodging and boarding and
local travel etc.
(iii) The Financial proposal shall be placed in a sealed Envelope –3 clearly
marked by red felt pen “FINANCIAL PROPOSAL” and with a warning
“DO NOT OPEN WITH THE TECHNICAL PROPOSAL.” If the
Financial proposal is not submitted by the bidder in a separate sealed
envelope and not duly marked as indicated above, this will constitute
grounds for declaring both Technical and Financial proposals non-
responsive. Decision of KMC in such case shall be final and binding.
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
21 | P a g e
f. The Bidder is expected to examine carefully the contents of all the documents
provided. Failure to comply with the requirements of RFP shall be at the Bidder’s
own risk.
g. It shall be deemed that prior to the submission of the Proposal, the Bidder has:
i. Made a complete and careful examination of terms and conditions /
requirements, and other information as set forth in this RFP document;
ii. Received all such relevant information as it has requested from KMC;
and
iii. Made a complete and careful examination of the various aspects of the
Project.
h. KMC shall not be liable for any mistake or error or neglect by the Bidder in
respect of the above.
20 SUBMISSION , RECEIPT AND OPENING OF PROPOSALS
a. All The three envelopes shall be placed into an outer envelope and sealed.
The outer envelope shall bear the submission address, reference number and
Title of the Project, Proposal Due Date and other information indicated in the
Data Sheet and must be super scribed as. Request for proposal for selection
of project management consultant (PMC) Implementation of Integrated
Water Augmentation Project at Korba
b. Proposals must be sent by speed post /registered post only, at the indicated
addresses on or before the time and date stated in the Data Sheet or any new
date extended by KMC. No drop box facility shall be available.
EVALUATION, AWARD AND SIGNING OF AGREEMENT
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
22 | P a g e
1. From the time the proposals are opened till the time the contract is awarded, the bidder
should not contact KMC on any matter related to its Technical and/or Financial
proposal. Any effort by a bidder to influence in examination, evaluation, ranking of
proposals or recommendation for award of contract may result in rejection of the
bidder’s proposal.
2. No request for alteration, modification, substitution or withdrawal shall be entertained
by KMC in respect of proposals already submitted by the bidder.
3. Prior to evaluation of proposals, KMC will determine whether each proposal is
responsive to the requirements of the RFP by opening the Envelop-1. A proposal shall
be considered responsive only if:
(a) It is received by the proposal Due Date including any extension thereof;
(b) It is accompanied by the EMD of Rs. 5,00,000/- in the name of
COMMISSIONER, KMC in accordance with the RFP document;
(c) It is accompanied by demand draft of Rs 10,000/- non-refundable
processing fee, in the manner as specified in this RFP document
(d) It is signed, sealed, hard bound and marked as stipulated in this RFP
document;
(e) RFP and draft Consultancy Service Agreement duly signed in blue indelible ink and
stamped by the authorized representative of the bidder.
(f) Letter of proposal in the prescribed format. (Appendix-A)
(g) It is accompanied by the Power of Attorney, authorizing a representative of
the bidder for signing the proposal; (Appendix-B)
(h) It contains all the information (complete in all respects) as requested in the
RFP;
4. KMC reserves the right to reject any or all proposal without assigning any reason
thereof.
5. KMC shall evaluate the technical proposals on the basis of their responsiveness to
the Terms of Reference; A Proposal shall be rejected at this stage if it does not
respond to important aspects of the RFP, and particularly the Terms of Reference or if
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
23 | P a g e
it fails to achieve the minimum eligible criteria as mentioned in clause-3, Instruction
to Bidders, Section-2 of this RFP
6. After the technical evaluation is completed KMC shall inform the Consultants who
have technically qualified. KMC simultaneously notify the date, time and location for
opening the Financial Proposals.
7. Selection of bidder will be done in such a way that maximum benefit may be given to
the KMC by maintaining total project cost to the lowest possible amount.
8. Financial Proposals shall be opened publicly in the presence of the Technical Qualified
Consultants’ or their representatives.
9. The Evaluation Committee will correct any computational errors. When correcting
computational errors, in case of discrepancy between a partial amount and the total
amount, or between word and figures the lower will prevail. In addition to the above
corrections, as activities and items described in the Technical Proposal but not priced,
shall be assumed to be included in the prices of other activities or items.
10. The event of acceptance of the Proposal of the Preferred Bidder with or without
negotiations, KMC shall declare the Preferred Bidder as the Successful Bidder. KMC
will notify the Successful Bidder through a Letter of Intent (LoI) that its Proposal has
been accepted.
11. The Successful Bidder(s) shall execute the Consultancy Agreement within one week of
sending the LoA (Letter Of Acceptance) to KMC in the context of the received LoI as
per clause 9, Evaluation, Award and Signing of Agreement Section-2 of this RFP from
KMC or within such further time as KMC may agree to in its sole discretion.
12. Failure of the Successful Bidder to execute the consultancy agreement within specified
period shall constitute sufficient grounds for the annulment of the LoI and forfeiture of
the EMD.
13. Notwithstanding anything contained in this RFP, KMC reserves the right to accept or
reject any Proposal, or to annul the bidding process or reject all Proposals, at any time
without any liability or any obligation for such rejection or annulment.
14. Any conditional proposal submitted by bidder shall be summarily rejected by KMC.
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
24 | P a g e
15. The Technical Evaluation of only such Bidders fulfilling the Min. Eligibility Criteria as
mentioned in Clause 3, Instruction to Bidders, Section-2 would be done, else all other
proposal would be considered as non eligible.
The contract shall commence from the date of signing of the contract agreement.
However, the Project Management Services under the Agreement shall commence
from the date of deployment of the PMC Team.
Name of the Consultancy Firm :- S.No Item Required Response
1 Has the proposal reached before the due date including any extension thereof; Yes
2 Has the proposal accompanied by the EMD of Rs. 500000/-, in the manner as specified in this RFP document. Yes
3 Has the proposal accompanied by demand draft of Rs. 10,000/- non -fefundable processing fee, in the manner as specified in this RFP document.
Yes
4 Have all the pages required to be signed by the authorized representative of the consultant been signed.
Yes
5 Has the power of attomey been submitted in the name of authorized representative.
Yes
6 Has the consultant submitted all the required forms of the technical proposal.
Yes
7 Has the proposal accompanied by details of all the professionals for the requisite expertise.
Yes
9 Is the financial proposal submitted separately in a sealed cover. Yes
10 Letter of proposal in the prescribed format (Appendix A); Yes
12 It is accompanied by the Power of Attorney, authorizing a representative of the bidder for signing the proposal; (Appendix-B)
Yes
13 It contains all the information (complete in all respects) as requested in the RFP; Yes
Table 1-Responsiveness
RRResponsiveness
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
25 | P a g e
14
RFP including Draft Consultancy Service Agreement and duly filled and signed Pre Contract integrity pact, duly signed in blue indelible ink and stamped by the authorized representative of the bidder.
Yes
• Only the proposals fulfilling the Criteria of Responsiveness as mentioned in the Table 1-
Responsiveness would be considered eligible for further Technical and financial Evaluations.
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
26 | P a g e
Technical Proposals of Bidders qualifying Min. 70% Marks i.e. is 700 Marks out of 1000
Marks would be Considered Eligible for opening of Financial Bids & QCBS selection process.
Technical Evaluation of Consultancy Firm APPENDIX-IA
S.No Name of the Consultancy
Firms
Experience in Similar Projects
(Completed Marks:100
Experience in Similar Projects (Ongoing ) Max.
Marks:100
Average Annual Turnover in Last 3
Financial Years up to - 31-03-2017 (Max.
Marks:50)
Total Marks (Max
Marks:250)
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
27 | P a g e
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
28 | P a g e
MARKING CRITERIA
1. TECHNICAL QUALIFICATION CRITERIA FOR BIDDERS
The bidder must have undertaken and completed at least Two Design &
Supervision/ Management Consultancy services for Development of Integrated
Urban Water supply project /Integrated Sewerage Projects of Project Cost not less
than Rs. 100 crores each under any State Government/UT/GoI/PSU/ULB,s or any
central or State govt. undertaking in India in last five years financial years.(Max.
Marks : 100) :
Two projects of 100 Crore each - 50 Marks Three projects of 100 Crore each - 75 Marks Four or more projects of 100 Crore each - 100 Marks Or
The bidder must have undertaken and completed at least three Design &
Supervision/ Management Consultancy services for Development of Integrated
Urban Water supply project /Sewerage Projects of total value not less than Rs. 80
crores each under any State Government/UT/GoI/PSU/ULB,s or any Central or
State Govt. undertaking in India in last five financial years (Max. Marks: 100) :
Three projects of 80 Crore each - 50 Marks Four projects of 80 Crore each - 75 Marks Five or more projects of 80 Crore each - 100 Marks Or
The bidder must have undertaken and completed Design & Supervision/
Management Consultancy services for Development of Integrated Urban Water
supply project /Sewerage Projects of any values but the total value of such
Projects must not be less than Rs. 400.00 crores under any State
Government/UT/GoI/PSU/ULB,s or any State in India in last five financial years
. (Max. Marks: 100) :
Total Value of Projects 400 Cr. - 50 Marks Total Value of Projects >400 Cr but .< 600 Cr. - 75 Marks Total Value of Projects >600 Cr. - 100 Marks
A) The bidder shall have undertaken an ongoing project of Design & Supervision/
Management Consultancy Services for Development of Integrated Urban Water
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
29 | P a g e
supply project /Sewerage Projects under any State Government/UT/GoI/PSU
/ULB's or any Central or State Undertaking in India of not less than 100 crores in
last three financial years (Max. Marks : 100) :
One project - 50 Marks Two projects - 75 Marks Three or more projects - 100 Marks
B) Average annual turnover in last 3 financial years upto 31-03-2014 as mentioned in
clause 3.D (Max. Marks : 50)
300 Lacs - 25 Marks More Than 300 Lacs - 50 Marks
2. TECHNICAL QUALIFICATION OF BIDDER (600 points)
A. Expert or Expertise
Team Leader and Senior Engineers as proposed in the RFP for evaluation may not be replaced during the agreement period except any unavoidable situation like resignation illness etc. arises. Replacement in such cases would be done by the expert of equivalent or better technical and qualification and experience but with the permission of KMC. Criteria : Separate assessment of each expert against the expertise and bio data provided. Evaluation Sheet) Each area of expertise is to be evaluated against the
task assigned in accordance with the four main criteria:
i. Educational qualifications (120 Marks);
1. Team Leader
Graduate in Civil Engineering : 15 Marks
Post Graduate in P H E D : 30 Marks
2. Senior Public Health Engineer
Graduate in Civil Engineering : 15 Marks
Post Graduate in P H E D : 30 Marks
3. Quality control Engineer
Graduate in Civil Engineering : 15 Marks
4. Senior Electrical Engineer
Graduate in Electrical Engineering : 15 Marks
5. Senior Mechanical Engineer
Graduate in Mechanical Engineering : 15 Marks
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
30 | P a g e
6. Site Engineer Civil
Graduate in Civil Engineering : 15 Marks
ii. Project related experience based on the duration of experience in relevant
projects implemented as mentioned in the ToR ( Weightage in case of
Diploma shall be considered 1.5 times at par with the experience of
Graduate Engineer) (480 Marks)
1. Team Leader :
Minimum Exp. of 20 yr. - 80 Marks >20 but <25 Years - 85 Marks >25 Years - 90 Marks
2. Senior Public Health Engineer :
Minimum Exp. of 10 yr. - 80 Marks >10 but <15 Years - 85 Marks >15 Years - 90 Marks
3. Quality Control Engineer :
Minimum Exp. of 8 yr. - 65 Marks >8 but <10 Years - 70 Marks >10 Years - 75 Marks
4. Senior Electrical Engineer :
Minimum Exp. of 10 yr. - 65 Marks >10 but <15 Years - 70 Marks >15 Years - 75 Marks
5. Senior Mechanical Engineer :
Minimum Exp. of 10 yr. - 65 Marks >10 but <15 Years - 70 Marks >15 Years - 75 Marks
6. Site Engineer Civil: Minimum Exp. of 5 yr. - 65 Marks
>5years but <10 Years - 70 Marks >15 Years - 75 Marks
3. Method of Selection
The technical quality of the proposal will be given weight of 70%, the method of
evaluation of technical qualification will follow the procedure given in Appendix 1 above.
The price bids of only those consultants who qualify technically (Minimum Qualifying
Marks: 70%) will be opened. The proposal with the lowest cost may be given a financial
score of 100 and the other proposal given financial score that are inversely proportionate to
their prices. The financial proposal shall be allocated weight of 30%. For working out
the combined score, the employer will use the following formula:
Total points = T (w) x T (s) + F (w) x LEC / EC, where T (w) stands for weight of the technical score.
T (s) stands for technical score
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
31 | P a g e
F (w) stands for weight of the financial proposal
EC stands for Evaluated Cost of the financial proposal LEC stands for Lowest Evaluated Cost of the financial proposal.
The proposals will be ranked in terms of total points scored. The proposal with the
highest total points (H-1) will be considered for award of contract and will be called
for negotiations, if required
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
32 | P a g e
SECTION 3
APPENDIXES, TECHNICAL AND FINANCIAL
PROPOSAL STANDARD FORMS
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
33 | P a g e
CONTENTS
TITLE APPENDIX/ FORM
Letter of proposal
Appendix A
Power of Attorney for signing of proposal Appendix B
Details of bidder (on the letter head of the bidder)
Form TECH-1
Description of experience of bidder for Completed Projects (not to exceed three page for each project)
Form TECH -2
Description of experience of bidder for Ongoing Projects (not to exceed three page for each project)
Form TECH -3
Average annual turnover in last three financial years from consultancy services.
Form TECH -4
Curriculum Vitae (CV) format to be submitted with proposal. Form TECH -5
General approach and methodology, work and staffing schedule
Form TECH -6
Format for financial proposal(on the letter head of the bidder) Form FIN-1
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
34 | P a g e
APPENDIX A
LETTER OF PROPOSAL
(On Applicant’s letter head)
Dated:
The Commissioner,
Municipal Corporation Korba, (KMC)
Korba - 645677
Sub: Selection of a Technical Consultant for providing Project Management
Consultancy Services for Water Supply Project at Korba in Municipal Area.
Dear Sir,
1 With reference to your RFP document dated *****, I/we, having examined the
Bidding Documents and understood their contents, hereby submit my/our
proposal for the aforesaid Project. The proposal is unconditional and unqualified.
2 All information's provided in the proposal and in the Appendices are is true and
correct.
3 This statement is made for the purpose of qualifying as a bidder for undertaking
the Project.
4 I/ We shall make available to the Authority any additional information it may find
necessary or require to supplement or authenticate the proposal.
5 I/ We acknowledge the right of the Authority to reject our proposal without
assigning any reason or otherwise and hereby waive our right to challenge the
same on any account whatsoever.
6 We certify that in the last three years, we have neither failed to perform on any
contract, as evidenced by imposition of a penalty or a judicial pronouncement or
arbitration award, nor been expelled from any project or contract nor have had any
contract terminated for breach on our part.
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
35 | P a g e
7 We certify that we have not been barred by the KMC, Government of Chhattisgarh
(GoC), or any other state government in India (SG) or Government of India (GoI),
or any of the agencies of GoC/SG/GoI/ULB`s from participating in its projects.
8 I/ We declare that:
(a) I/ We have examined and have no reservations to the Bidding Documents.
(b) I/ We do not have any conflict of interest in accordance the RFP document;
(c) I/We have not directly or indirectly or through an agent engaged or
indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice, as defined in the RFP document,
in respect of any tender or request for proposal issued by or any agreement
entered into with the Authority or any other public sector enterprise or any
government, Central or State; and
(d) I/ We hereby certify that we have taken steps to ensure that in conformity
with the provisions of the RFP, no person acting for us or on our behalf has
engaged or will engage in any corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice.
9 I/ We understand that you may cancel the Bidding Process at any time and that
you are neither bound to accept any proposal that you may receive nor to invite the
bidders to Bid for the Project, without incurring any liability to the bidders, in
accordance with the RFP document.
10 I/ We declare that we are not a Member of any other firm submitting a proposal for
the Project.
11 I/ We certify that we have not been convicted by a Court of Law or indicted or
adverse orders passed by a regulatory authority which could cast a doubt on our
ability to undertake the Project or which relates to a grave offence that outrages the
moral sense of the community.
12 I/ We further certify that in regard to matters relating to security and integrity of
the country, we have not been charge-sheeted by any agency of the Government or
convicted by a Court of Law for any offence committed by us or by any of our
Associates.
13 I/ We further certify that no investigation by any regulatory authority is pending
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
36 | P a g e
either against us or against our Associates or against or any of our Directors/
Managers/ employees.
14 I/ We undertake that in case due to any change in facts or circumstances during the
Bidding Process, we are attracted by the provisions of disqualification in terms of
the guidelines referred to above, we shall intimate the Authority of the same
immediately.
15 I/We hereby irrevocably waive any right which we may have at any stage at law or
howsoever otherwise arising to challenge or question any decision taken by the
Authority in connection with the selection of the bidder, or in connection with the
Bidding Process itself, in respect of the above mentioned Project and the terms and
implementation thereof.
16 In the event of my/ our being declared as the successful bidder, I/We agree to
enter into a Service Agreement in accordance with the draft that has been provided
to me/us prior to the proposal Due Date. We agree not to seek any changes in the
aforesaid draft and agree to abide by the same.
17 I/We have studied all the Bidding Documents carefully and also surveyed the
project site. We understand that except to the extent as expressly set forth in the
Service Agreement, we shall have no claim, right or title arising out of any
documents or information provided to us by the Authority or in respect of any
matter arising out of or concerning or relating to the Bidding Process including the
award of assignment.
18 The Consultancy Fee has been quoted by me/us after taking into consideration all
the terms and conditions stated in the RFP, draft Service Agreement.
19 I/We offer and attach as specified (i) Non-refundable processing fee of Rs10,000/-
(Rupees Ten Thousand Only) in the form of demand draft (ii) EMD of Rs.
5,00,000/- (Rupees Five Lakh only) to the Authority in accordance with the RFP
Document.
20 I/We agree to keep this offer valid for 120days from the proposal Due Date
specified in the RFP.
21 I/We agree and undertake to abide by all the terms and conditions of the RFP
document. In witness thereof, I/we submit this proposal under and in accordance
with the terms of the RFP document.
Yours faithfully,
Date: (Signature of the Authorised signatory)
Place: (Name and designation of the of the Authorised
Name and seal of bidder
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
37 | P a g e
APPENDIX B
POWER OF ATTORNEY FOR SIGNING OF PROPOSAL
Know all men by these presents, We, ________________________ (name of the firm and
address of the registered office) do hereby irrevocably constitute, nominate, appoint and
authorize Mr. / Ms (Name), son/daughter/wife of ________________________ and
presently residing at ________________________, who is [presently employed with us/
and holding the position of ________________________, as our true and lawful attorney
(hereinafter referred to as the “Attorney”) to do in our name and on our behalf, all such
acts, deeds and things as are necessary or required in connection with or incidental to
submission of our proposal for selection of Project Management Consultancy Services for
Water Supply Project for Korba Part II under Mission AMRUT (KMC) (the “Authority”)
including but not limited to signing and submission of all applications, Proposal and
other documents and writings, participate in bidders' and other conferences and
providing information / responses to the Authority, representing us in all matters before
the Authority, signing and execution of all contracts including the Service Agreement and
undertakings consequent to acceptance of our Bid, and generally dealing with the
Authority in all matters in connection with or relating to or arising out of our proposal for
the said Project and/or upon award thereof to us and/or till the entering into of the
Service Agreement with the Authority.
AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts,
deeds and things lawfully done or caused to be done by our said Attorney pursuant to
and in exercise of the powers conferred by this Power of Attorney and that all acts,
deeds and things done by our said Attorney in exercise of the powers hereby conferred
shall and shall always be deemed to have been done by us.
IN WITNESS WHEREOF WE, ________________________, THE ABOVE NAMED
PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS __________
DAY OF __________, 20**.
For________________________
(Signature)
(Name, Title and Address)
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
38 | P a g e
FORM TECH-1
DETAILS OF BIDDER
(On the Letter Head of the Bidder)
1. (a) Name of Bidder
(b) Address of the office(s)
(c) Date of incorporation and/or commencement of business
(Please attaché certified copy of registration of Firm)
2. Details of individual(s) who will serve as the point of contact / communication
for KMC with the Bidder:
(a) Name :
(b) Designation :
(c) Company/Firm :
(d) Address along with Pin code :
(e) Telephone number :
(f) E-mail address :
(g) Fax number :
(h) Mobile number :
Yours faithfully,
Date: (Signature of the Authorized signatory)
Place: (Name and designation of the of the Authorized signatory)
Name and seal of bidder
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
39 | P a g e
FORM TECH-2
DESCRIPTION OF EXPERIENCE OF BIDDER FOR COMPLETED PROJECTS
ILLUSTRATE QUALIFICATIONS (NOT TO EXCEED THREE PAGE FOR EACH PROJECT)
(Please provide information only for a project for which your firm was legally contracted by the
client as a Corporate entity)
(1) Project Name:
(2) Project Location and Country:
(3) Project Cost :
(4) Name of Client :
(5) Start Date (Month/Year):
(6) Completion Date: (Month/Year)
(7) Name of Associated Firm(s), if any:
(8) Name of Senior Staff (Project Director/Coordinator,
Team Leader) Involved and Functions Performed:
(9) Detailed Narrative Description of Project, defining
clearly the specific areas of services provided.
(10) Detailed Description of Actual Services Provided by
the firm:
(11) Professional Staff Provided by the Firm:
No. of Staff:
(14) No. of Person-Months:
(15) Responsibilities of the firm
(16) Approx. Value of Services (INR):
(17) No. of Person-Months of Professional
Staff Provided by Associated Firm(s):
Note: The following supporting documents should necessarily be submitted by the bidders
without which the submission shall not be considered for evaluation –
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
40 | P a g e
a. Experience of similar projects should be supported by a certificate from the client
from an officer of not below the rank of Executive Engineer in a Government
department, or General Manager in a Public sector undertaking / local body. The
certificate from the client should clearly set out the name of the project, activities
undertaken, project cost as given in below format.
b. In case the Project cost is not set out in the certificate from the client, the bidders can
submit a certificate from Statutory Auditor indicating the same.
c. In case of Certificate from private entity, copy of TDS (Form -16) issued by the client
as a proof of payment along with the work order and completion certificate shall
be provided.
Yours faithfully,
Date: (Signature of the Authorized signatory)
Place: (Name and designation of the of the Authorized signatory)
Name and seal of bidder
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
41 | P a g e
Certificate Format
It is to certify that M/s..........................................................was been awarded the work of
...............................................................................vide agreement No............................................
The total project cost is Rs.....................................................the consultancy fees for the work
is Rs......................................................As a part of the above contract, the consultant have
successfully completed satisfactorily the work on dd/mm/yy of.......(name of the
Project)......................in the State of ...............................
Their work is found to be satisfactory.
(Signature)
Name:
Designation:
Contact Number:
Office Seal
Note:
In case it is not possible to get the certificate in the format as above, the certificate must
contain:
i. Name of the Bidder
ii. Name of the work
iii. Agreement no.
iv. Cost of the project work completed
v. Cost of Consultancy services
vi. Date of completion of services
vii. The nature of work.
viii. The details of the consultancy services provided.
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
42 | P a g e
FORM TECH-3
DESCRIPTION OF EXPERIENCE OF BIDDER FOR ONGOING PROJECTS
ILLUSTRATE QUALIFICATIONS (NOT TO EXCEED THREE PAGE FOR EACH PROJECT)
(Please provide information only for a project for which your firm was legally contracted by the
client as a Corporate entity)
(1) Project Name:
(2) Project Location and Country:
(3) Project Cost :
(4) Name of Client :
(5) Start Date (Month/Year):
(6) Proposed Completion Date: (Month/Year)
(7) Name of Associated Firm(s), if any:
(8) Name of Senior Staff (Project Director/Coordinator,
Team Leader) Involved and Functions Performed:
(9) Detailed Narrative Description of Project, defining
clearly the specific areas of services provided.
(10) Detailed Description of Actual Services Provided by
the firm:
(11) Professional Staff Provided by the Firm:
No. of Staff:
(14) No. of Person-Months:
(15) Responsibilities of the firm
(16) Approx. Value of Services (INR):
(17) No. of Person-Months of Professional
Staff Provided by Associated Firm(s):
Note: The following supporting documents should necessarily be submitted by the bidders without
which the submission shall not be considered for evaluation –
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
43 | P a g e
a. Experience of similar projects should be supported by a certificate from the client
from an officer of not below the rank of Executive Engineer in a Government
department, or General Manager in a Public sector undertaking / local body. The
certificate from the client should clearly set out the name of the project, activities
undertaken, project cost as given in below format.
b. In case the Project cost is not set out in the certificate from the client, the bidders can
submit a certificate from Statutory Auditor indicating the same.
c. In case of Certificate from private entity, copy of TDS (Form -16) issued by the client
as a proof of payment along with the work order and completion certificate shall
be provided.
Yours faithfully,
Date: (Signature of the Authorized signatory)
Place: (Name and designation of the of the Authorized signatory)
Name and seal of bidder
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
44 | P a g e
Certificate Format
It is to certify that M/s..........................................................was been awarded the work of
...............................................................................vide agreement No............................................
The total project cost is Rs.....................................................the consultancy fees for the work
is Rs......................................................As a part of the above contract, the (Name of the
Consultant) is satisfactorily implementing the given work as on dd/mm/yy of ....... (Name
of the Project)......................in the State of ...............................
Their work is found to be satisfactory.
(Signature)
Name:
Designation:
Contact Number:
Office Seal
Note:
In case it is not possible to get the certificate in the format as above, the certificate must
contain:
i. Name of the Bidder
ii. Name of the work
iii. Agreement no.
iv. Cost of the project work Undertaken
v. Cost of Consultancy services
vi. Proposed date of completion of services
vii. The nature of work
viii. The details of the consultancy services provided
.
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
45 | P a g e
FORM TECH-4
AVERAGE ANNUAL TURN OVER IN LAST THREE FINANCIAL YEARS
FROM CONSULTANCY SERVICES
Financial Year Turn Over from Consultancy Services (in Lacs)
Net Worth (in Lacs)
2013-14
2014-15
2015-16
Total
Average Annual Turn Over
Note: The Turn Over should be certified by the Statutory Auditor/Chartered
Accountant. Turn Over not certified by Statutory Auditor/Chartered Accountant
shall not be considered for evaluation.
Yours faithfully,
Date: (Signature of the Authorized signatory)
Place: (Name and designation of the of the Authorized signatory)
Name and seal of bidder
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
46 | P a g e
FORM TECH-5
CURRICULUM VITAE (CV) FORMAT TO BE SUBMITTED WITH PROPOSAL
1. PROPOSED POSITION
FOR THIS PROJECT
(ONLY ONE CANDIDATE
SHOULD BE
NOMINATED FOR EACH
POSITION)
:
2. NAME :
3. DATE OF BIRTH :
4. NATIONALITY :
5. PERSONAL ADDRESS :
6. TELEPHONE NO. :
7. FAX NO. :
8. E-MAIL ADDRESS :
9. EDUCATION
(The years in which various
qualifications were obtained
along with copy of
Degree/Certificate)
:
10. Other training :
11. Language & degree of
proficiency
:
12. Membership in professional
societies
:
13 Experience in similar project &
similar work
Years :
No. of Similar Projects :
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
47 | P a g e
14. EMPLOYMENT RECORD
FROM
TO
EMPLOYER
POSITION HELD AND
DESCRIPTION OF DUTIES
:
:
:
:
(Starting with present position, list in reversed
order every employment held and state the
start and end dates of each employment.)
along with the contact numbers/mail id’s of a
reference person of the employer whom the
candidate has worked under for last 3 years.
(Clearly distinguish your "employer" as an
employee of the firm from a "Client" for whom
you have worked as a consultant or an
adviser.)
15. DETAILED TASKS
ASSIGNED
(In this column, list tasks one by
one and support each task by
project experience in the right
hand side column.)
:
WORK UNDERTAKEN THAT BEST
ILLUSTRATES CAPABILITY TO HANDLE
THE TASKS ASSIGNED. (In this column, list
project name, location, year, position held, i.e.,
Team Leader, Hydrologist, Agricultural
Economist, etc. and exact duties rendered and
time spent on each project.)
Request for proposal for Selection of Project Management Consultant (PMC) for Implementation of Integrated Water Augmentation Project Korba Town Part II Under Mission AMRUT
48 | P a g e
13.
CERTIFICATE (Please follow exactly the following format. Omission will be seen as non-
compliance)
I, the undersigned, certify that to the best of my knowledge and belief, this bio data
correctly describes myself, my qualifications, and my experience. I understand that
any wilful misstatement described herein may lead to my disqualification or dismissal,
if engaged.
I have been employed by [name of the firm] continuously for the last ( ) months as
regular full time staff (indicate yes or no in the following boxes):
OR
I hereby give my consent for being associated with the below mentioned firm as an
employer or associate staff as the case may be till the successful completion of the
Complete Project as mentioned in the RFP
SIGNATURE
DATE OF SIGNING:
Day Month Year
Note: The CV for the Key personnel shall be signed by the proposed key personnel himself and shall
be countersigned by the authorized signatory of the firm submitting the bid.
Yours faithfully,
Date: (Signature of the Authorized signatory)
Place: (Name and designation of the of the Authorized signatory)
Name and seal of bidder
FORM TECH-6
GENERAL APPROACH AND METHODOLOGY, WORK AND STAFFING SCHEDULE
Technical approach, methodology and work plan are key components of the Technical Proposal. The
Consultant is suggested to present their Technical Proposal (not more than 10 pages, inclusive of
charts and diagrams) divided into the following three chapters:
a) Technical Approach and Methodology,
b) Work Plan, and
c) Organization and Staffing,
a) Technical Approach and Methodology: In this chapter Consultant should explain their
understanding of the objectives of the assignment, approach to the services, methodology for
carrying out the activities and obtaining the expected output, and the degree of detail of such output.
They should highlight the problems being addressed and their importance, and explain the technical
approach they would adopt to address them. They should also explain the methodologies they
propose to adopt and highlight the compatibility of those methodologies with the proposed
approach.
b) Work Plan: In this chapter they should propose the main activities of the assignment, their content
and duration, phasing and interrelations, milestones (including interim approvals by the Client), and
delivery dates of the reports. The proposed work plan should be consistent with the technical
approach and methodology, showing understanding of the TOR and ability to translate them into a
feasible working plan. A list of the final documents, including reports, drawings, and tables to be
delivered as final output, should be included here.
c) Organization and Staffing: In this chapter they should propose the structure and composition of
their team. They should list the main disciplines of the assignment, the key expert responsible, and
proposed technical and support staff.
Yours faithfully,
Date: (Signature of the Authorized signatory)
Place: (Name and designation of the of the Authorized signatory)
Name and seal of bidder
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
50 | P a g e
FORM FIN-I
Format for Financial Proposal
(On the letterhead of the Bidder)
Having gone through this RFP document and Draft Consultancy Agreement and having fully
understood the scope of work for the Project as set out in this RFP document; we are pleased to
quote the following financial quote for the Assignment:
1. Break Down of Cost
Total Billing Amount of Financial proposal in words:--------------------------------------
S.
No
Position Number of
Personnel
Rate per
Month
Duration of
Deployment
(Months)
Total Billing
Amount
(1) (2) (3) (4) (5) (6)=(3)*(4)*(5)
A. On Site Team :
1 Team Leader 1 30
2 Senior PHE Engineer 1 30
3 Senior Electrical Engineer 1 12
4 Site Engineer 3 30
5 Quality Control Engineer 1 30
SUB TOTAL (A):-
B. A&OE Charges 1 30
SUB TOTAL (B) :-
GRANT TOTAL (A+B )
Total billing Amount of Financial Proposal in Words -------------------------------------------------------------
-------------------------------------------------------------------------------------------------------------------------------------
1. We confirm that the rate quoted above are inclusive of all applicable taxes, cess and levies
except service tax and also inclusive of all office and site supervision expenses which may be
incurred by the firm and personnel towards office equipments and automation, hardware,
software, consumables etc, documentation, travel, transportation, communication etc and head
office overheads. (“Office and Site Supervision Expenses”)
2. We understand that the service tax shall be paid by KMC separately at the applicable rates as
per the submission of requisite documents..
3. We understand that the fees shall be computed and paid subject to the conditions of service
Agreement, by KMC on the basis of actual time spent by the personnel in performance of the
services at the Billing rates approved by KMC after deducting taxes at source as per applicable
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
51 | P a g e
law In case of difference in amount quoted in figures and words, the lower value would be
considered for evaluation.
4. Agency shall be paid as per actual personnel deployed for particular period on monthly basis
after verifying monthly progress report of each personal submitted with bill.
Yours faithfully,
Date: (Signature of the Authorized signatory)
Place: (Name and designation of the of the Authorized signatory)
Name and seal of bidder
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
52 | P a g e
SECTION 4
Background Information, Scope of work for PMC and Terms of References (ToR)
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
53 | P a g e
CONTENTS
1. Background Information and details of the projects (Integrated Water
Augmentation Project at Korba Part II under Mission AMRUT).-
Annexure - 1
2. Broad Scope of work of Project Management Consultant and the ToR.
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
54 | P a g e
ANNEXURE - 1
Background Information and details of the projects (Integrated Water Augmentation Project at Korba).-
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
55 | P a g e
BROAD SCOPE OF WORK OF PROJECT MANAGEMENT CONSULTANT AND THE TOR
ORGANIZATIONAL SET UP
1. The Project Manager / team leader shall be responsible for entire project including check of
correctness of levels scrutiny and technical audit of design, overall supervision, coordination
and management of all the projects assignment.
2. The Project Management Consultant shall also carry out a scrutiny / technical audit of the
reports, drawing, designs, estimates, BOQ etc prepared by the Consultant/ Contractor such
as Site survey, evaluation and analysis including soil investigation, Site levels taken etc.
3. Generally the PMC shall be deployed for one project. However, a given PMC may be
deployed for two or more projects depending on the quantum of works and value of the
project. Also, the composition of a PMC and the man month of each of the Team Member in
a PMC shall be determined on the basis of work proximity, work load by KMC in
consultation with the Project Manager and further that any given Team Member may also be
deployed to work simultaneously for more than one PMC depending on the quantum of
work. COMMISSIONER, KMC decision in this matter shall be final.
4. The Project manager / team leader shall be deployed within 15 days of the written
intimation issued by KMC whereas the other team members shall be deployed within 30
days of written intimation issued by KMC, as required. The general composition of a
Typical PMC shall be as follows :–
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
56 | P a g e
S. No
Position Number of Personnel
Duration of Deployment (Months)
1. On Site Team :
1 Team Leader 1 30
2 Senior PHE Engineer 1 30
3 Senior Electrical/Mechanical Engineer 1 12
4 Site Engineer 3 30
5 Quality Control Engineer 1 30
TOTAL :- 7
However the exact composition of a particular PMC shall consist of any or all the above mentioned
functionaries depending on the requirement of the project. It could also consist of more than one
member of one type of functionaries.
5. Deployment of Personnel
a. The personnel of Core Team at site and at back office i.e confirming of the key personnel as
submitted in the Bid shall not be replaced during the service agreement period except on any
unavoidable circumstances but only with the due permission of the KMC on the condition on
replacement the personal with equivalent or higher educational qualifications and experience as per
the ToR.
b. KMC shall request the consultant to empanel personnel in advance, for the PMCs as it may deem
necessary as per the implementation plans of projects. The Consultant shall submit CVs of
personnel proposed to be deployed within 15 (Fifteen) days of written intimation issued by KMC.
The qualifications and experience of personnel shall conform to the qualifications and experience
set out in the TOR. KMC shall conduct interview of each personnel. All the cost related to the
interview shall be borne by the Consultant. If the personnel are found suitable a written approval
shall be issued by KMC. If any personnel is not found suitable, KMC shall request the consultant to
submit other CVs and the same procedure of approval shall follow.
c. The personnel approved by KMC shall be deployed by the Consultant within 30 (Thirty) days of
written intimation issued by KMC.
6. Replacement
a. Should it become necessary due to unavoidable circumstance to replace personnel of the team
specified by name the consultant shall forthwith provide a replacement acceptable to the KMC with
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
57 | P a g e
equivalent or better qualifications and an interview shall be conducted by KMC at Korba with no
extra cost with that replaced personal. The personal shall only be engaged after approval of KMC.
In the event that the person replaced is, at the time of replacement, in the field, the consultant shall
bear the travel and other related costs arising out of or incidental to the replacement. The rate of
remuneration allowable for such replacement shall be the same as decided by KMC for the person
being replaced.
b. In the event that any of the personnel is found by the KMC to be incompetent, or guilty of
misbehaviour or incapable in discharging the assigned responsibilities satisfactorily, the KMC may
request by giving a notice of 30 (Thirty) days to the consultant, at the expense of the consultant, to
forthwith provide a replacement with equivalent and better qualifications and experience
acceptable to the KMC.
c. The decision of KMC in such as event shall be final and binding on the consultant.
7. Deployment Schedule
The position, the numbers and duration of deployment of personnel as shown in the Form FIN-1
are indicative only. The number of positions and duration of deployment of personnel shall be
decided and reviewed and adjusted from time to time by KMC in consultation with the consultant,
as may be appropriate for the successful completion of the project within the stipulated time period
that such adjustment shall be within the proposal. The consultant shall cause adjustment in the
deployment schedule without delay.
A. OFFICE SETUP
1. KMC shall provide built up office space with furniture near the project sites free of charge along
with electricity and water supply.
2. The Consultant, at its own cost procure install, operate, maintain office equipments such as
computers (Desktops and Laptops), Printers (A-3 and A-4 size), Fax machine, UPS and other
peripherals and all consumables as required for efficient discharge of duties.
3. The Consultant shall procure latest versions of Software including Windows, Microsoft Office,
AutoCAD, Microsoft Project or Primavera etc and antivirus software for the project period.
4. The Consultant shall procure and keep it activated, internet connection, telephone connections and
mobile cell phones for the team members during the project period.
5. The consultant shall procure, operate and maintain at its own cost necessary vehicles for the use of
its members during the project period.
6. In the event, consultant fails to procure the above mentioned office equipments, software etc. in
such condition KMC may procure the same and expenditure towards the same shall be deducted
from their RA bills.
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
58 | P a g e
7. The consultant at its own cost shall employ one computer operator and office boy in the site office,
which shall be incidental to the contract and shall not be paid separately.
A. BROAD SCOPE OF WORK OF PROJECT MANAGEMENT CONSULTANT
1. The Project Management Consultant shall be responsible for Design/Drawing/Reports/Review,
supervision, quality assurance and adherence to approved tender cost of the projects during
execution & implementation of works at site. The Consultant shall also be responsible for
Design/Drawing/Reports/Review, checking the layouts, site surveys, levels, taking measurements,
checking and certifying contractor’s bills. The consultant shall also review the existing scheme and
shall certify the components such as already laid pipelines which can be utilized in the proposed
augmentation work.
2. The Consultant shall assist in obtaining the requisite statutory approvals related to the entrusted
works, handing over the completed works to KMC or its designated agencies on its completion.
3. Ensure proper establishment of field laboratories/quality control equipments on site by contractors
to conduct tests on equipments/materials/mixes being used for constructing such as Motor Pumps,
electrical/mechanical equipments and installations, cements, steel, bricks, mortars, concretes etc.
Essential gauges, instruments etc. should be got calibrated periodically. The Project Management
Consultant shall maintain necessary site records and obtain data in support of the same. They shall
carry our field and laboratory tests on equipments and materials of construction as per the
applicable codes practice of construction and maintain adequate records thereof
4. The Project Management Consultants shall also carry out scrutiny to ensure sufficiency of the
reports, drawing, designs, estimates, BOQ etc prepared by other consultants engaged by KMC
assisting KMC in finalizing extra items, claims of contractor and architectural and other consultants
if required.
5. The PMC consultant after deployment must prepare and submit for approval to KMC the
"DETAILED PROJECT COMPLETION SCHEDULE" for the entire project using PERT/CPM
Method and model computer control like MS. Project/ Primavera. The approved project completion
schedule would be the guideline for the physical and financial progress monitoring of the entire
project
6. PMC shall assist KMC in case of any Arbitration/litigation by contractors during the contract or
after it, by providing all the necessary technical/contractual help & data required.
7. PMC would help in preparing Tender Documents, Tender Evaluation, Pre Bid meetings for the
Bids related to the projects
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
59 | P a g e
8. Preparation of "Maintenance Manual" for the O&M of all works as specified part "C" before 30 days
of commissioning of the first component of the Project.
9. The Consultant will prepare and submit the following reports (as given below) to the Employer on
the format prepared by the Bidders and as approved by the Employer (except for commencement
report)
Sl.No
Report Frequency Due Date/Time No. of Copies
1. Inception Report One time 15 days after commencement of services. 10
2. Detailed Project Completion Schedule
Until Approved by KMC
15 days after commencement of services. 10
3. Progress Report (Monthly)
Every Month Before 5th day of the following month 10
4. Progress Report (Quarterly)
Every 3 Month Before 10th day of the following 3rd month 10
5. Special Reports, if required by KMC
As and when required
On immediate basis 10
6. Special Reports on any important feature, aspect likes claim variation etc.
Whenever needed
On immediate basis 10
7. Final Report One time Within 15 days of completion of services/contract.
10
8. Completion Report at the end of DLP
One time Within 1 month of completion of DLP 10
a) The Inception Report shall contain the details of all meetings held with the KMC, other
consultants engaged by KMC and the contractor and decisions taken therein, the resources
mobilised by the consultants as well as the contractor and the consultants’ perception in the
management and supervision of the works. The Report shall also include the Work
Programme and Deployment Schedule of Staff.
b) The monthly Progress Report shall contain details of all meetings, decisions taken therein,
mobilisation of resources (consultants’ and the contractor), detailed compliance report of
each activity, progress and the projected progress for the forthcoming periods. The Report
shall clearly bring out the delays, if any reasons for such delay(s) and the recommendations
for corrective measures. The report shall also include the photograph of the activities being
done at the site. The report should also include safety audit and Environmental safeguard
audit report on the contractor’s performance on these aspects. The report shall also contain
any other aspect which KMC may direct from time to time.
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
60 | P a g e
c) Final Report: The consultant will prepare a comprehensive final completion report after
completion of the work. The report shall incorporate summary of the method of supervision
performed, problems encountered and solutions undertaken thereon and recommendations
for future projects of similar nature to be undertaken by the employer.
10. The Consultant shall carry out scrutiny and assist in processing of tender documents for the various
works under the project incorporating all statutory / mandatory provisions in respect of labour
laws, taxes/ levies etc as per relevant rules, and obtaining approval from KMC. The Consultant
shall assist KMC in Tender Process Management which shall include pre tender meetings,
compilation of queries, preparation of draft response, opening and evaluation of tenders, negations
if required and signing of agreement etc. Approval/comments on all such documents must be
provided within 07 days of received documents.
11. The Consultant shall be responsible for the day to day supervision of construction works at site ,
quality control, taking measurements, entering measurements in the Measurement Books certifying
and finalizing the bill of contracts, handing over completed works and attend to audit queries & all
arbitration / litigation cases with respect to the project.
12. The Site Engineer, Senior Engineers and Quality Control Engineer of the PMC are required to check
and certify 100% measurements, Team Leader cum Project Manager / team leader is required to
check and certify minimum 50% measurements and recommend for payment with seal and sign of
all the checking and certifying team members of the PMC for all the bills submitted by contractors
to KMC for payment related to the project.
13. The Project Management Consultant shall check and finalize contractor’s detailed program of
activities commensurate with the tender provisions, requirement of labor, materials & samples and
delivery of products requiring long lead‐time procurement in context of full filling the Approved
Detailed Project Completion Schedule.
14. The Project Management Consultant shall conduct preliminary interaction with the contractor and
shall liaison with the design consultant/ proof checking consultant to ensure timely release of
drawings well in advance as per the requirement.
15. The Project Management Consultant shall give particular attention on intake well , water treatment
plant , MBR , OHT etc. of construction at various stages, while finalizing the design /details of the
construction drawings. The Project Management Consultant shall also ensure that all the drawings
are coordinated drawings incorporating all services etc required for execution purpose.
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
61 | P a g e
16. The Project Manager / team leader of the PMC, shall exercise, perform all the duties, liabilities,
functions and obligations as “Engineer-in-Charge” as may be laid down in the Contract documents
for construction by KMC, with reasonable skill, care and diligence and also ensure that the works
are executed at site strictly as per the terms and conditions of the Contract Agreement entered
between KMC and the respective Contractors, within the given time frame & budget provisions and
approval granted by KMC .
17. The Project Management unit shall be responsible for the field supervision carrying out field tests
on materials, structures etc. and obtaining necessary approvals thereon and maintaining adequate
records thereof on the forms prescribed by the KMC. The PMC shall ensure proper establishment of
field laboratories/quality control equipments on site by contractors to conduct tests on
materials/mixes being used for construction such as cement, steel, bricks, mortars, concretes etc.
Essential gauges, instruments etc. should be got calibrated periodically. The Project Management
consultant shall maintain necessary site records and obtain data in support of the same. They shall
carry out field and laboratory tests on materials of construction as well as partially or completely
erected structures etc. and maintain adequate records thereof.
18. The PMC shall avoid cropping up of Extra items/ substituted items and deviations should strictly
be avoided. However, in unavoidable circumstances extra items/substituted items, deviation the
necessary statement duly supported by justification and analysis of rates shall be submitted as per
CPWD formats or any other formats approved by KMC along with consultant’s recommendations
for extra/substituted items. The Project Management Consultant should ensure that the case is put
up for KMC’s approval early enough so that in no case construction work suffers on this account.
As regards grant of time extension cases, prior approval of KMC should be obtained by Project
Management Consultants.
19. The Consultant shall suggest modifications, if any, due to site conditions and submit the
recommendations along with cost variations on account of the same to KMC for approval.
20. The Project manager / team leader shall be responsible for the planning and monitoring progress
by using modern methods of control such as computerized PERT / CPM(either by Primavera or
MS-Projects), submission of progress reports of work executed monthly. Both financial and physical
progress reports with reference to prefixed targets as per the approved Detailed Project Completion
Schedule will be prepared. Constant review of progress within present time and cost parameters
will have to be done. The consultant shall suggest improvements from time to time. The consultants
inform KMC of the progress of the project vis-à-vis PERT/CPM controls on a fortnightly basis.
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
62 | P a g e
21. The Project Management Consultant shall ensure the contractual obligation such as implementation
of Labor laws, environmental/safety management system obligations and other statutory
regulations are adhered during the construction to completion stage.
22. The Project Management Consultant through the PMC shall ensure adherence of safe working
procedures at construction site and conduct safety audit at site and shall submit monthly safety
audit reports to the KMC non-adherence to the safety instruction, unsafe practices followed by the
contractor if any and shall report any accident and its analysis with recommended preventive and
corrective actions.
23. The Consultant shall be required to participate in the project review meetings held from time to
time by KMC, as also to participate in emergency or extraordinary meetings held to deal with any
emergency, force majeure event or other exigencies.
24. The consultant shall submit monthly compliance of environmental safe guard measures
implemented by the contractors.
25. The Project Management Consultant shall be responsible for assessing, verifying and sending
replies to the day-to-day issues raised by the contractors during the execution of work or after
completion of the work. However, in case of any claims with financial implication, approval of
KMC shall be obtained. Nothing extra will be paid to the consultant for such works. The consultant
shall work as conciliator in the event of any dispute arising between the parties before the matter
goes to legal forum. Consultant shall deal with all Arbitration / litigation cases either with
Arbitrator or with any other Court of Law during the contract period as defined in the agreement
till its conclusion.
26. The Project Management Consultant shall provide all technical services/ guidance/ advice as may
in any way relate to or arise out of the construction of the said work as have been entrusted to the
Project Management consultant by KMC.
27. The Project Management Consultant shall collect and deliver to KMC any specific written
warranties or guarantees given by others, including all required trade contractor guarantees and
warranties.
28. The Project Management Consultant shall prepare a realistic cash flow/ expenses on budget head
for the project on available information and update the same as required on a regular basis to reflect
the current status.
29. The Project Management Consultant shall keep KMC apprised of any delays; keep a hindrance
register indicating all details of all such delays which will also be furnished with recommendations
for approval of KMC for grant of extension of time by KMC to contractors.
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
63 | P a g e
30. Reconciliation of the quantities for the final bill shall be done by the PMC before the final bill is
submitted to KMC. The PMC shall ensure that all the test reports /certificates, guarantees,
warrantees bonds are obtained.
31. Obtain and submit all the records and the records of any changes made in the works during the
progress of works and submit adequate number of completion reports and completion drawings for
the project, prepared by the contractor/ consultant incorporating all such changes, duly
authenticated as required for obtaining “Completion/Occupancy Certificate" from statutory
authorities, wherever required.
32. Obtain certification and submit “As Built Drawings” prepared by the Contractor at an appropriate
scale indicating the details of all structure and services duly authenticating and supply 8 sets of as
built/completion drawings to Project Coordinator KMC also hand over the originals of the
completed drawings.
33. Submit two soft copies of the entire drawings / documents & two sets of drawings on reproducible
paper for the works executed to the Project Coordinator, KMC.
34. Verification of work on its completion and issuing completion certificates (virtual as well as actual)
for the completed works, so as to enable KMC to record completion of the works.
35. Verification by taking and recording joint measurements of the final bill to be submitted by the
contractors, process, certify and recommend as per the terms and conditions of contract agreement
for release of final payment by KMC and attend to the observations /queries raised while
processing the same for payments by KMC.
36. Project Management Consultant shall also submit necessary information as required by KMC for
finalization of accounts.
37. The Project Management Consultant shall maintain complete documentation and render all
technical services as may in any way relate to or arise out of the construction of the said work as
have been entrusted to the Project Management consultant by KMC.
The PMC shall conduct day to day supervision, monitoring of progress and quality of construction,
erection and installation work, reporting and ensuring compliance by the Contractor with the
Design and Specifications during Implementation period for the Water Supply Project for Korba in
Municipal Area
38. The PMC consultant shall get the “Operation and Maintenance Manual” for Water treatment and
distribution and other services prepared by the contractor/s.
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
64 | P a g e
39. The PMC consultant shall make all necessary arrange for the logistics support required by the team
members of the PMC for required for the successful completion of the project within the stipulated
time period. The consultant will bear all expenses connected to the operation and maintenance of
this vehicle including driver's wages overtime and other benefits cost of the fuel, lubricant, repairs
and maintenance, insurance, etc.
40. The consultant will prepare a comprehensive final completion report after completion of the work.
The report shall incorporate summary of the method of defect liability supervision performed,
problems encountered and solution undertaken thereon and recommendations for future projects of
similar nature to be undertaken by the employer.
Payment to Consultant would be done by KMC on monthly basis as quoted by the firm/Agency in
Financial Proposal. These payments would also be linked to actual deliverables and would be
subject to recommendations made by KMC at various point of time during project implementation.
S.No. Description Percentage of Payment
Stage -I The total fee shall be paid in monthly installments (Let, Monthly Remuneration = X (Depending on the attendance per month)) Therefore,, Monthly Payment = (X- (15% of X)) (15% from every monthly payment shall be retained by KMC as Performance Security)
85%
Stage -II After complete satisfaction of work, completion of project and handing over all requisite drawing & map etc. to KMC issue of completion certificate by PMC and approval of final bill of contractor by KMC
10%
Stage - III After completion of initial one year of DLP and handing over of all requisite reports.
5%
• 50% of the Stage 2 payment would be done against the BG of the amount proposed for the
release at the completion of project and handing over all requisite drawing & map etc. to KMC issue
of completion certificate by PMC and approval of final bill of contractor by KMC .Rest amount
would be released at the completion of the DLP
• 100% of the Stage 3 payment shall be done after successful completion of the DLP
41. Defect Liability Period (DLP) for initial 24 month
a. Periodical inspection of completed works for initial 24 months of DLP in accordance with
guidelines laid down in CPHEEO manual and as and when required, by a person not
below the rank of Senior Engineer (Civil).
b. To support and assist KMC in getting the contractual obligation cleared/fulfilled during
initial one year of DLP for smooth transaction form commissioning to Operation and
Maintenance and other Administrative/Technical matters.
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
65 | P a g e
c. Certification of final acceptance at the end of DLP with specific recommendations for
refund of balance Security Deposit/recovered and with held amounts of the contracts.
d. The visits during the DLP shall be scheduled as desired by KMC
e. For carrying out the visit during DLP only the cost of travel will be reimbursed as per
actual on submission of tickets and bills in original. The eligibility for travel expense will
be economy class in case of Air Travel and AC 2 Tier in case of Train.
42. The Consultant shall comply to all the norms and rules as mentioned in PCB guideline. The
Consultant shall prepare all periodical reports, applicable to the Projects, as may be required by
PCB or the State Government etc. on behalf of KMC.
43. In case certain additional works are required to be carried out for obtaining approval of statutory
bodies or to make the completed works/areas operational, Project Manager, on obtaining the
approval from KMC shall completed the same before handing over the said completed works to
KMC or to its authorized agency as instructed by KMC.
Coordination with other contracting agencies, the agencies like Water Supply Departments,
Pollution Control Board, Chhattisgarh State Distribution Co. Ltd, other local authorities., etc. which
may be expected to be working in the same area .
44. Essential Qualification, Experience and Responsibility of the Personnel
Project Management Team: The minimum Educational Qualification, Experience and Responsibility
of the Personnel’s shall be as follows –
S.No Position Essential Educational Qualification and Relevant Experience
On Site Support :
1 Team Leader The Team Leader Cum Project Management Specialist should be Civil Engineering graduate with minimum 20 year experience in designing construction management and supervision of Integrated Water
Supply/Augmentation Projects/Sewerage project under any State Government/UT/GoI/PSU/ULB,s or any central or State govt.
undertaking in India. The Specialist should have experience of being a Team Leader/ Deputy Team/Project Lead/Project Manager of at least 5 such projects. The age of the Team Leader Cum Project Management Specialist must not exceed 70 years as on 01.01.2017
2 Senior Public
Health Engineer
The Senior Public health should be Civil Engineering graduate with minimum 10 Years experience in construction management and supervision of Integrated Water Supply or Augmentation
Projects/Sewerage project. under any State Government/UT/GoI/PSU/ULB,s or any central or State govt. undertaking in India The age of the Senior Public Health Engineer
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
66 | P a g e
must not exceed 65 years as on 01.01.2017
3 Quality
Control
Engineer
The Quality Control Engineer should be a Civil Engineering graduate with minimum 8 year experience in Quality control of projects related to Integrated
Water Supply or Augmentation Projects/Sewerage project under any State
Government/UT/GoI/PSU/ULB,s or any central or State govt. undertaking in India. The age of the Senior Quality Control Engineer must not exceed 55 years as on 01.01.2017
4 Senior
Electrical
Engineer
The Senior Electrical Engineer should be a Electrical Engineering graduate with minimum 10 year experience in Construction Management, Supervision and Quality control of projects specially experienced in 33 KV HT/11kv HT, HT transformer, HT cable, HT breaker, APFC panel, overhead line irruption,
breaker fuse, do fuse, ab fuse, capacitor fuse, HT motor, HT pump etc. under any State Government/UT/GoI/PSU/ULB,s or any central or State govt. undertaking in India related to Supply, Installation, Testing and commissioning of Electrical equipments and related works. The age of the Senior Electrical Engineer must not exceed 60 years as on 01.01.2017
5 Senior
Mechanical
Engineer
The Senior Mechanical Engineer should be a Mechanical Engineering graduate with minimum 10 year experience in Construction Management, Supervision and Quality control of projects related to Supply, Installation, Testing and
commissioning of Mechanical equipments and related works. under any State Government/UT/GoI/PSU/ULB,s or any central or State govt. undertaking in India The age of the Senior Mechanical Engineer must not exceed 60 years as on 01.01.2017
6 Site Engineer
Civil
The Site Engineer Civil should be a Civil Engineering graduate with minimum 5 year Experience in Supervision and Quality control of projects related to
water supply, sewerage, road and building works under any State Government/UT/GoI/PSU/ULB,s or any central or State govt.
undertaking in India. The age of the Site Engineer Civil must not exceed 45 years as on 01.01.2017
S.No Position Responsibility
On Site Support :
1
Team Leader
He shall be the head of the PMC Team as well as that/those of Project
Management Unit/s. He shall -
• Coordinate with all the PMC units of individual projects, KMC and
Contractors and will be single point contact with KMC. He shall be
responsible for the Scrutiny of the drawings and shall provide
assistance to KMC in selection of Contractors.
• In consultation with the KMC, prepare the procurement plan for all
goods works and services to be taken up during the project; and
• Assist in planning, control and management of the team work;
• Review and assist in developing implementation schedules and
resource requirements;
• Assist in monitoring progress, evaluating results and
identification of resolution of constraints;
• Coordinate all implementation activities with various stakeholders;
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
67 | P a g e
• Review and finalise the monthly/quarterly reports prepared by the
team members;
• Assist in identifying the physical, institutional and financial data
to be analysed to monitor sustainability and impact on Project.
• Representative of KMC in various offices & field from KMC side if
required
• Monitor progress of the construction works through computer-aided
project management techniques;
• Prepare Bid documents also to provide support in preparation of
evaluation reports and related transactions
• Advise and assist the KMC with respect to arbitration or litigation
relating to the works, whenever required;
• Prepare any required variation orders requested by the KMC and
review any variation order proposed by the contractor and provide
their advice to the KMC in accordance with the contract;
• Review all claims submitted by the Contractor and provide advice to
the KMC of the validity of the claim, the effect of such claim on the
construction schedule and the cost of the project;
• Review and comment on the monthly progress reports submitted by
the contractor detailing the work undertaken during the previous
month, the progress of the work against the approved schedule, the
problems and difficulties encountered by the contractor and other
issues requested by the KMC;
• Review the procurement procedures for the KMC, contractors, sub-
contractors and vendors
• Updating of the guidelines in line with the international & national
standard practices
• Establishing benchmarks for the performance rating of the all the
contractors and maintaining for implementation to expedite the
progress of projects.
• Prepare project Implementation plan for each project by using
modern methods of control such as computerized PERT /
CPM(either by Primavera or MS-Projects),
• Monitor progress by using modern methods of control such as
computerized PERT / CPM (either by Primavera or MS-Projects),
• Submit of progress reports of work executed fortnightly, both
financial and physical progress reports with reference to prefixed
targets.
• Review progress of each millstone with reference to the time and
cost parameters identify critical activities/issues which require
immediate attention and submit alert reports in case of delay and
cost overrun.
• Suggest improvements for timely and cost effective construction
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
68 | P a g e
from time to time.
• Provide support for approval of drawing and design of project.
2 Senior Public
Health Engineer
• Assess and check the laboratory and field tests carried out by the
contractor, and carry out independents tests.
• Maintain records of all testing work, including cross-referencing of
items of work to which each test refers and location from which any
samples were obtained for testing.
• Day to day supervision and progress monitoring of the
implementation work at the site.
• Ensure implementation adhering to approved design and drawing.
• Ensuring quality of work at site as per standard practice.
• Ensure adherence to safety standards at site as per standard practice
• Registering quantum of daily progress achieved at site.
• Check bill and provide recommendation to Municipal Corporation.
Any other work required as per work and instructions of Municipal
corporation/Team leaders
3 Quality Control
Engineer
• Assess and check the laboratory and field tests carried out by the
contractor, and carry out independents tests.
• Maintain records of all testing work, including cross-referencing of
items of work to which each test refers and location from which any
samples were obtained for testing.
• Day to day supervision and progress monitoring of the
implementation work at the site.
• Ensure implementation adhering to approved design and drawing.
• Ensuring quality of work at site as per standard practice.
• Ensure adherence to safety standards at site as per standard practice
• Provide recommendation to Municipal Corporation.
Any other work as and when required as per work and as per the
instructions of Municipal corporation/Team leaders.
4 Site Engineer Civil • Review the bills of quantities prepared by the contractor for the
development of the Project and ensure compliance with all
applicable laws and guidelines;
• Provide recommendations to KMC;
• Day to day supervision and progress monitoring of the
implementation work at the site
• Ensure implementation adhering to approved design and drawing
• Ensuring quality of work at site as per standard practice
• Ensure adherence to safety standards at site as per standard practice
• Registering quantum of daily progress achieved at site
Any other work required as per work and instructions of Municipal
corporation/Team leader
5 Senior Electrical
Engineer
• Day to day supervision and progress monitoring of the
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
69 | P a g e
implementation work at the site
• Ensure implementation adhering to approved design and drawing
• Ensuring quality of work at site as per standard practice
• Ensure adherence to safety standards at site as per.
standard practice
• Registering quantum of daily progress achieved at site.
Any other work required as per work and instructions of Municipal
corporation/Team leader
6 Senior Mechanical
Engineer
• Day to day supervision and progress monitoring of the
implementation work at the site
• Ensure implementation adhering to approved design and drawing
• Ensuring quality of work at site as per standard practice
• Ensure adherence to safety standards at site as per.
standard practice
• Registering quantum of daily progress achieved at site.
Any other work required as per work and instructions of Municipal
corporation/Team leader.
* The number of each position shall be decided by KMC in consultation with the Project
Manager depending on the size, nature, requirement of the project.
Any additional expertise if required for the project the same shall be employed with mutual
consent.
45. PENALTY FOR DEFICIENCY IN SERVICES :
The following activities shall attract penalties which shall be deducted from the monthly bill
for consultancy services –
Sr.
No.
Activities
Penalty
1 Checking of designs
and Report Submission
If there is any delay in the review and approval, KMC may
impose a penalty by deducting up to 1% on the fees payable.
2 Absent from Duties
For any reason whatsoever, if any team member remains absent
from duty for a cumulative period of more than 20 working days
in a years or more than 6 working days at one time, the
consultant shall deploy a personnel of equal or higher
qualification and experience under the intimation to the
COMMISSIONER,KMC. In the event of the failure of the
consultant to do so, a prorate deduction in the fees per working
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
70 | P a g e
day for the member remaining absent and a penalty of 1% (one
percent) of monthly fee, shall be made from the payment due.
3 Delay in Bill
Submission
If there is any delay in Bill submission, KMC will impose a
penalty by deducting up to 0.5% of the monthly bill for the PMC
unit per day of delay.
4
Delay in the Project
Execution with regard
to the approved Project
Schedule by KMC
If there is any delay in the Project due to the executing contractor
but if the same has not been informed prior to KMC in the
progress reports, with proper justification of the non
involvement of the PMC Consultant in any manner, remedial
measures not being suggested to KMC, a penalty of 1% (one
percent) of monthly fee, per day of delay would be charged to
the PMC Consultant
5
Mistake in
measurements due to
negligence/intentional
If there is any major mistakes found in taking measurements,
KMC will impose a penalty by deducting 1% of the monthly fees
of the PMC per mistake.
6
Mistake in Conducting
quality control
measures and QA
The KMC may conduct independent quality monitoring and
checking of works carried out by contractor and certified or /and
recommended for payment by the Consultant. If such checks
disclose that works certified or /and recommended for payment
by the Consultant do not meet the specified requirement, KMC
will impose a penalty of 2% of the monthly fee of the PMC for
each mistake, for five such mistakes occurring the Quality
Control Engineer would be removed from his position
immediately and in case such 10 mistakes occur the Project
management Consultant Would be debarred by the KMC.
7 Performance of the
team members
If the service of a team member provided by the Consultant is
not acceptable to the KMC, the Consultant shall replace the team
member within 30days of given such notice. In the event of the
failure of the consultant to do so, a prorate deduction in the fees
per working day for the member remaining absent and a penalty
of 1% (one percent) of monthly fee, shall be made from the
payment due.
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
71 | P a g e
Section 5 -Standard Form Of Contract
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
72 | P a g e
Draft
Consultancy Agreement
THIS AGREEMENT (“Consultancy Agreement”) is made on the ___ th day of ____, 2017 at Bhilai.
BETWEEN:
COMMISSIONER , Municipal Corporation , Korba, Chhattisgarh an Urban Local Body constituted
and regulated under the C.G. Municipal Corporation act , 1961 (hereinafter referred to as “KMC”
which expression shall, unless it be repugnant to the context or meaning thereof, include its
administrators, successors and assigns) of One Part
AND
---------------------------------------------------------------------, a company incorporated under the provisions
of the Companies Act, 1956 and having its registered office at ---------------------------------------------------
------------------------ (hereinafter referred to as the “Consultant”) which expression shall, unless it be
repugnant to the context or meaning thereof, include its administrators, successors and permitted
assigns)of the Other Part
KMC and the Consultant are collectively referred to as 'Parties' and individually as “Party”.
WHEREAS:
A. Municipal Corporation –Korba, (KMC) an Urban Local Body constituted and regulated
under the C.G. Municipal Corporation act, 1961.
B. In response thereto proposals were received from several bidders including the Consultant.
After evaluating them, the Proposal submitted by the Consultant has been accepted and
Letter of Acceptance No. ____ dated ____ was issued.
The following shall be a part of Consultancy Agreement:
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
73 | P a g e
i. Appendix A: Letter of Proposal
ii. Appendix B: Power of Attorney for signing of proposal
iii. Section 4: Background information, Terms of reference (ToR) and Scope of Consulting
services
iv. Form Tech-1: Details of Bidder
v. Form Tech-2: Description of Experience of Bidder for Completed Projects
vi. Form Tech-3: Description of Experience of Bidder for Ongoing Projects
vii. Form Tech-4: Average Annual Turn Over in last 03 financial years.
viii. Form Tech-5 Curriculum Vitae (CV) Format to be submitted with proposal.
ix. Form Tech-6 General approach and methodology, work and staffing
x. Any correspondence made with the bidder past opening of financial bid and before
acceptance
xi. The RFP Published for the selection of project management consultant (PMC)
Implementation of Integrated Water Augmentation Project at Korba
General Condition of Contract:-
NOW, THEREFORE, in view of the foregoing and in consideration of the mutual covenants and
agreements hereinafter set forth, the Parties agree as follows:
1. RELATIONSHIP BETWEEN THE PARTIES
Nothing contained herein shall be construed as establishing a relation of employer and
employee or agent as between KMC and the Consultant. The Consultant, subject to this
Agreement, has complete charge of personnel performing the Services conforming to all
statutory requirements with respect to the personnel deployed and providing all appropriate
benefits to them and shall be fully responsible for the Services performed by it or on its
behalf. The Agreement shall commence on the date it is executed by the Parties.
2. PAYMENT OF FEES
a. The Consultant covenants to undertake the Assignment as set forth in the Section - 4 of
the RFP (hereinafter referred to as “the Services”) and to perform, full fill, comply with
and observe all and singular provisions, conditions and requirements of this
Agreement.
b. KMC shall pay the fees on monthly basis as per the payments schedule set forth in the
Section - 4 monthly progress report of the personal deployed by the consultant on
actual personal deployed from time to time as required for project.
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
74 | P a g e
c. In consideration thereof, KMC will pay to the Consultant fee (hereinafter referred to as
“the Fee”) and more particularly described in this Clause and will perform, full fill,
comply with and observe all singular provisions, conditions and requirements to the
Agreement.
2.1 The key deliverables would be as set forth in the Section - 4 of this RFP:
2.2 The Consultant shall submit to KMC five (5) hard copies and two (2) soft copies on separate
CDs (all drawings in AutoCAD) of all reports/documents to be delivered as per Clause 2.1
above.
2.3 The fee payable by KMC to the Consultant for the Services shall be computed and paid
subject to the conditions of service Agreement, by KMC on the basis of actual time spent by
the personnel in performance of the services i.e, man months deployed at site and the fee as
per at the Estimated Billing rates approved by KMC, after deducting taxes at source as per
applicable law.
2.4 The Consultancy Fee shall be inclusive of all applicable taxes, cess and levies except service
tax and also inclusive of all office and site supervision expenses which may be incurred by
the firm and personnel towards office equipments and automation, hardware, software,
consumables etc, documentation, travel, transportation, communication etc and head office
overheads. (“Office and Site Supervision Expenses”)
2.5 The service tax shall be paid by KMC separately at the applicable rates.
3. PERFORMANCE SECURITY, LIQUIDATED DAMAGES AND PENALTIES
3.1 Performance Security
The Authority shall retain by way of performance security (the “Performance Security”), as per the
payment schedule set forth in the Section - 4 of all the amounts due and payable to the Consultant,
to be appropriated against breach of this Agreement or for recover of liquidated damages as
specified herein. The balance remaining out of the Performance Security shall be returned to the
Consultant at the expiration of this Agreement.
3.2 Liquidated Damages for delay
In case of delay in submission of any deliverable other than those enlisted in Section- 4, liquidated
damages, not exceeding an amount equal to 0.2% (zero point two percent) of the Consultancy Fee
per day, subject to a maximum of 5% (five percent) of the Consultancy Fee, shall be imposed and
shall be recovered from the payments due or by appropriation from the Performance Security or
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
75 | P a g e
otherwise. However, in case of delay due to reasons beyond the control of the Consultant, suitable
extension of time may be granted by KMC. This is in addition to the item mentioned in clause 3.7.
3.3 Appropriation of Performance Security
The KMC shall have the right to invoke and appropriate the proceeds of the Performance Security,
in whole or in part, without notice to the Consultant in the event of breach of this Agreement or for
recovery of liquidated damages specified herein above.
3.4 Penalty for deficiency in Services
In addition to the liquidated damages and penalty set forth in clause 45the Section – 4, penalty may
be levied on the Consultant for deficiencies on its part. Causing adverse effect on the Project or on
the reputation of the Authority, other penal action including debarring for a specified period may
also be initiated.
3.5 In the event of total default / failure by the Consultant in providing the Services, KMC
reserves the right to get the Services executed by any other consultant at the cost and risk of the
Consultant.
3.6 The PMC shall prepare a check list for submissions of bills by the contractor. The PMC shall
check, verify and submit the bill within seven (7) days of receipt of the bill from the contractor/s.
3.7 The penalties which shall be deducted from the monthly bill for consultancy services would
be as set forth in the Section - 4 of the RFP
4. SUSPENSION
KMC may by written notice of suspension to the Consultant, suspend all payments to the
Consultant hereunder if the later fails to perform any of its obligations under this Contract,
including the carrying out of the services provided that such notice of suspension (i) shall specify
the nature of the failure and (ii) request the Consultant to remedy such failure within the period not
exceeding fifteen (15) days after the Consultant of such notice of suspension.
5. TERMINATION
5.1 By KMC
KMC may, by not less than thirty (30) days' written notice of termination to the Consultants (except
in the event listed in paragraph (e) & (f) below, for which there shall be a written notice of not less
than Forty Five (45) days), such notice to be given after the occurrence of any of the events specified
in paragraphs (a) through (h) of this Clause terminate this Contract:
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
76 | P a g e
a. if the Consultants fail to remedy a failure in the performance of their obligations hereunder, as
specified in a notice of suspension pursuant to Clause 4 hereinabove, within thirty (30) days
of receipt of such notice of suspension or within such further period as the KMC may have
subsequently approved in writing;
b. If the Consultants become insolvent or bankrupt or enter into any Contracts with their
creditors for relief of debt or take advantage of any law for the benefit of debtors or go into
liquidation or receivership whether compulsory or voluntary
c. If the Consultants fail to comply with any final decision reached as a result of arbitration
proceedings
d. If the Consultants submit to the KMC a statement which has a material effect on the rights,
obligations or interests of the KMC and which the Consultants know to be false;
e. If the KMC, in its sole discretion and for any reason whatsoever, decides to terminate this
Contract;
f. If the Consultant, in the judgment of the KMC has engaged in corrupt or fraudulent practices
in executing the Contract.
g. In case the contract is terminated, the balance amount of advance fee if any, paid earlier shall
be paid back by the Consultant to KMC within thirty days of the termination letter, failing
which the same shall be recovered from performance security deducted from consultant.
5.2 By the Consultant
The Consultants may, by not less than .thirty (30) days' written notice to the KMC, such notice to be
given after the occurrence of any of the events specified in paragraphs (i) through (iv) of this Clause,
terminate this Contract:
(i) If the KMC fails to pay any money due to the Consultants pursuant to this Contract and not
subject to dispute within forty-five (45) days after receiving written notice from the Consultants
that such payment is overdue;
(ii) If the KMC is in material breach of its obligations pursuant to this Contract and has not remedied
the same within forty-five (45) days (or such longer period as the Consultants may have
subsequently approved in writing) following the receipt by the KMC of the Consultants' notice
specifying such breach;
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
77 | P a g e
(iii) If the KMC fails to comply with any final decision reached as a result of arbitration pursuant to
this agreement.
6. CESSATION OF RIGHTS AND OBLIGATION
Upon termination of this Contract pursuant to Clause 4 or Clause 5 hereof, or upon
expiration of this Contract all rights and obligations of the Parties hereunder shall cease,
except:
(i) Such rights and obligations as may have accrued on the date of termination or
expiration;
(ii) The obligation of confidentiality set forth in this agreement
(ii) Any right, which a Party may have under the Applicable Law.
7. CESSATION OF SERVICES
Upon termination of this Contract by notice of either Party to the other pursuant to
Clause 4 or Clause 5 hereof, the Consultants shall, immediately upon dispatch or receipt
of such notice, take all necessary steps to bring the Services to a close in a prompt and
orderly manner and shall make every reasonable effort to keep expenditures for this
purpose to a minimum.
8. PAYMENT UPON TERMINATION
Upon termination of this Contract pursuant to Clause 4 or Clause 5 hereof, the KMC
shall make the payments for Services satisfactorily performed prior to the effective date
of termination; to the Consultants after offsetting against these payments any amount
that may be due from the Consultant:
9. DISPUTES ABOUT EVENTS OF TERMINATION
If either Party disputes whether an event specified in paragraphs (a) through (h) of
Clause 4 or in Clause 5 hereof has occurred, such Party may, within thirty (30) days after
receipt of notice of termination from the other Party, refer the matter to arbitration
pursuant to this agreement and this Contract shall not be terminated .on account of such
event except in accordance with the terms of any resulting arbitral award.
10. RESPONSIBILITIES AND OBLIGATIONS OF THE CONSULTANT
The Consultant shall:
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
78 | P a g e
a) Provide the Services in accordance with ToR and scope of consulting services as set out in
Section 4 ;
b) Exercise the degree of skill, care efficiency and diligence normally exercised by members
of the profession performing services of a similar nature;
c) The consultant shall act at all times so as to protect the interest of KMC and shall take all
reasonable steps to keep all expenditure to a minimum with sound professional practices.
d) Be bound to comply with any written direction of KMC to vary the scope sequence or
timing of the Services; and
e) The consultant shall furnish to the KMC such information related to the Assignment as
KMC may, from time to time request.
11. CONFIDENTIALITY AND PUBLICITY
The Consultant and the personnel shall treat the details of the output of the assignment and
the Services as confidential and for the Consultant's own information only and shall not
publish or disclose the details of the output, deliverables / milestones submitted to KMC or
the Services in any professional or technical journal or paper or elsewhere in any manner
whatsoever without the previous consent in writing of KMC.
12. CONSULTANT’S REPRESENTATIVES
The Project Manager / team leader shall be the representative of the Consultant and shall
have authority to act on behalf of the Consultant for all purposes in connection with the
Services and in accordance with all the provisions under the Agreement.
13. INDEMNITY AND INSURANCE
13.1 The consultant shall take out and maintain adequate professional indemnity insurance
and insurance against claims by third parties resulting from acts performed in carrying out the
Services.
13.2 KMC undertakes no responsibility in respect of life, health, accident, travel or any
other insurance coverage for the personnel or for the dependents of any such personnel.
13.3 The consultant shall indemnify at all times, the KMC from and against any and all
claims, liabilities, obligations, losses, damages, penalties, actions, judgment, suits, proceedings,
demands, costs, expenses and disbursements of whatsoever nature that may be imposed on,
incurred by or asserted against the KMC during or in connection in the Services by reason of:
(i) infringement or alleged infringement by the consultant of any patent or other protected
right; or (ii) plagiarism or alleged plagiarism by the consultant.
13.4 The consultant shall indemnify, protect and defend, at consultant’s own expense,
KMC, its agents and employees, from and against any and all actions, claims, losses or
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
79 | P a g e
damages arising out of consultant’s failure to exercise the skill and care required under this
agreement , provided, however: that consultant is notified of such actions, claims, losses or
damages not later than twelve months after conclusion of the Services; and provided further
*that the ceiling on consultant’s liability shall be limited to proposal approved by KMC except
that such ceiling shall not apply to actions, claims, losses or damages caused by consultant’s
gross negligence or reckless conduct;
13.5 In addition to any liability consultant may have under this agreement consultant
shall, at its own cost and expense, upon request of KMC, re-perform the Services in the event
of consultant’s failure to exercise the skill and care.
13.6 The consultant shall have no liability whatsoever for actions, claims, losses or
damages occasioned by (i) KMC’s overriding a decision or recommendation of consultant or
requiring consultant to implement a decision or recommendation with which consultant
does not agree; or (ii) the improper execution of consultant’s instructions by agents,
employees or independent contractors of KMC.
14 OWNERSHIP OF WORK PRODUCT, COMPUTER PROGRAMS AND EQUIPMENT
All reports, documents, correspondence, draft publications, maps, drawings, notes,
specifications, statistics, work product in any form and, technical data compiled or prepared
by the consultant and communicated to the KMC in performing the Services (in electronic
form or otherwise and including computer-disks comprising data) shall be the sole and
exclusive property of the KMC, and may be made available to the general public at its sole
discretion. The consultant may take copies of such documents and data for purpose of use
related to the Services under terms and conditions acceptable to the KMC but shall not use the
same for any purpose unrelated to the Services without the prior written approval of the
KMC.
All computer programs developed by the consultant under this Contract shall be the sole and
exclusive property of the KMC; provided, however, that the consultant may use such
programs for their own use with prior written approval of the KMC. If license agreements are
necessary or appropriate between the consultant and third parties for purposes of
development of any such computer programs, the consultant shall obtain the KMC’s prior
written approval to such agreements. In such cases, the KMC shall be entitled at its discretion
to require recovering the expenses related to the development of the program(s) concerned.
15. FORCE MAJEURE
15.1 The term “force majeure” shall mean events beyond the control of either party, which
prevent the affected party from performing and fulfilling its obligations under the
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
80 | P a g e
Contract, and could not have been reasonably anticipated or foreseen, or although
foreseen were inevitable, such as acts of war (whether or not war be declared), public
disorders, insurrection, riots, sabotage, explosions, violent demonstrations, blockades,
and other civil disturbances, epidemics, nuclear contamination, landslides,
earthquakes, typhoons, volcanic eruption, floods, washouts and other natural
calamities and acts of God, strikes, lock-outs or other industrial action or equivalent
disruption or disturbances, boycotts and embargo or the effects thereof, and any other
similar events.
15.2 If either party is temporarily unable by reason of force majeure to meet any of its
obligations under the Contract, and if such party gives written notice of the event
within fifteen (15) days after its occurrence, such obligations of the party as it is unable
to perform by reason of the event shall be suspended for as long as the inability
continues. Neither party shall be liable to the other party for any loss, actually
incurred, or damage sustained by such other party arising from any event or delays
arising from such event.
15.3 In the case of disagreement between the parties as to the existence, or extent of, force
majeure, the matter shall be submitted to arbitration in accordance with provision of
this agreement.
16. OTHER CONDITIONS
16.1 In the event KMC desires the Consultant to perform such additional services which are not
within the Terms of Reference, the Consultant shall agree to perform such additional
services on such renegotiated, modified and new terms and conditions as may be mutually
agreed by the Parties.
16.2 KMC shall provide to the Consultant documents/ information/ reports as may be required
by the Consultant to enable it to provide the Services. KMC undertakes and agrees to
furnish to the Consultant from time to time such other documents/ reports/ information in
its possession and/or knowledge as it may consider relevant to perform the Services, as and
when such information is received by/ available with the KMC.
16.3 All intellectual property conceived, originated, devised, developed or created by the
Consultant, its agents, specifically for the purpose of rendering the Services, shall vest with
KMC unless otherwise agreed, between KMC and the Consultant. KMC as sole beneficial
owner shall be entitled to use such intellectual property for the purpose of the Project
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
81 | P a g e
16.4 Unless otherwise agreed, KMC shall have the copyright on all the reports, documents, maps
etc., authored, prepared or generated during the course of the Services to be provided by
the Consultant.
17. COMPLIANCE WITH LAWS
The Consultant shall take due care that all its documents comply with all relevant laws and
statutory regulations and ordinances, guidelines in force which includes all laws in force and
effect as of the date hereof and which may be promulgated or brought into force and effect
hereinafter in India including judgements, decrees, injunctions, writs of or orders of any
court of record, as may be in force and effect during the subsistence of this Agreement
applicable to the Consultant.
18. GOVERNING LAW AND JURISDICTION
This Agreement shall be governed by the laws of India. The Courts at Korba /Chhattisgarh
shall have jurisdiction over all matters arising out of or relation to this Agreement.
19. DISPUTE RESOLUTION
19.1 Amicable Settlement/Mediation
Any dispute, difference or controversy of whatever nature between the Parties, howsoever
arising under, out of or in relation to this Agreement (the "Dispute") shall in the first instance
be attempted to be resolved amicably through discussions/negotiations/mediation between
the Parties.
19.2 Arbitration
a Procedure
Any Dispute which is not resolved amicably within 30 days, the same shall be referred to the
COMMISSIONER, KMC. There upon, the COMMISSIONER, KMC shall appoint a sole
arbitrator within thirty days. The proceedings of the arbitrations shall be conducted as per
Arbitration & Conciliation Act 1996.
b Place of Arbitration
The place of arbitration shall ordinarily be Korba but by agreement of the Parties, the
arbitration hearings, if required, may be held elsewhere.
c English Language
The request for arbitration, the answer to the request, the terms of reference, any written
submissions, any orders and awards shall be in English and, if oral hearings take place,
English shall be the language to be used in the hearings.
d Enforcement of Award
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
82 | P a g e
The Parties agree that the decision or award resulting from arbitration shall be final and
binding upon the Parties and shall be enforceable in accordance with the provision of the
Arbitration Act subject to the rights of the aggrieved parties to secure relief from any higher
forum.
e Performance during Dispute Resolution
Pending the submission of and/or decision on a dispute and until the arbitral award is
published; the Parties shall continue to perform their respective obligations under this
Agreement, without prejudice to a final adjustment in accordance with such award
20. SEVERABILITY
In the event that any provision of this Agreement is held to be invalid or unenforceable, the
remaining provisions of this Agreement will remain in full force and effect.
21. WAIVER
Waiver by either Party of any default by the other Party in the observance and performance
of any provision of or obligations under this Agreement:
i shall not operate or be construed as a waiver of any other or subsequent default hereof
or of other provisions or obligations under this Agreement;
ii shall not be effective unless it is in writing and executed by a duly authorized
representative of such Party; and
iii Shall not affect the validity or enforceability of this Agreement in any manner.
Neither the failure by either Party to insist on any occasion upon the performance of the
terms, conditions and provisions of this Agreement or any obligation hereunder nor time or
other indulgence granted by a Party to the other Party shall be treated or deemed as
waiver/breach of any terms, conditions or provisions of this Agreement.
22. MODIFICATION
Modification of the terms and conditions of the Agreement, including any modification of
the scope of the Services, may only be made by written agreement between the Parties.
23. NOTICES
Unless otherwise stated, notices to be given under this Agreement including but not limited
to a notice of waiver of any term, breach of any term of this Agreement and termination of
this Agreement, shall be in writing and shall be given by hand delivery, recognised
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
83 | P a g e
international courier, mail, telex or facsimile transmission and delivered or transmitted to
the Parties at their respective addresses mentioned hereinabove. Notice will be deemed to be
served as specified below:
(i) In the case of personal delivery or registered mail, on delivery.
(ii) In the case of telegrams, 24 hours following confirmed transmission; and
(iii) In the case of facsimiles, 24 hours following confirmed transmission.
24. TRANSFER OF ASSIGNMENT
No Party may assign its interests in the Agreement without the prior written consent of the
other Party. Unless specifically stated to the contrary, in any written consent to an
assignment, no assignment shall release or discharge the assignor from any obligation under
this Agreement.
25. VARIATIONS
KMC may, by written notice to the Consultant, direct the Consultant to vary the scope,
sequence or timing of the Services and the Consultant shall be bound to comply with that
direction. All such variation shall be in writing.
EXECUTED BY MUNICIPAL CORPORATION KORBA by being
signed by a duly authorised officer in the presence of:
Title: ________________
Witness:
________________________________________
EXECUTED BY _________ by being signed by a duly authorised officer
in the presence of:
Title: ________________
Witness: __________________________________________
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
84 | P a g e
SECTION 6
INTEGRITY PACT
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
85 | P a g e
Pre Contract Integrity Pact General
This Pre-Bid Pre-Contract Agreement (hereinafter called the Integrity Pact) is made on _______ day of the month of ___________ 2017, between on one hand, the President of India acting through _______________________, Designation of the officer, Ministry/Department, Government of India (hereinafter called the “ BUYER”, which expression shall mean and include, unless the context otherwise requires, his successors in office and assigns) of the First Part and “………………………….. entered by “…………………..” ( hereinafter called the “BIDDER/Seller”, which expression shall mean and include, unless the context otherwise requires, his successors and permitted assigns) of the second part.
WHEREAS the BUYER proposes to procure Consultancy Services for …………………………….. and the BIDDER is willing to offer/has offered the services and
WHEREAS the BIDDER is a private company/public company/Government undertaking/partnership/registered export agency, constituted in accordance with the relevant law in the matter and the BUYER is a Ministry/Department of the Government of India performing its functions on behalf of the President of India.
NOW, THEREFORE,
To avoid all forms of corruption by following a system that is fair, transparent and free from any influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into with a view to:- Enabling the BUYER to obtain the desired services at a competitive price in conformity with the defined specification by avoiding the high cost and the distortionary impact of corruption on public procurement, and Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the BUYER will commit to prevent corruption, in any form, by its officials by following transparent procedures.
The parties hereto hereby agree to enter into this Integrity Pact and agree as
follows:
Commitments of the BUYER
1.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectly with the contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from the BIDDER, either for themselves or for any person, organization or third party related to the
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
86 | P a g e
contract in exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process related to the contract.
1.2 The BUYER will, during the pre-contract stage, treat all the BIDDERs alike, and
will provide to all BIDDERs the same information and will not provide any such information to any particular BIDDER which could afford an advantage to that particular BIDDER in comparison to other BIDDERs.
1.3 All the officials of the BUYER will report to the appropriate Government office
any attempted or completed breaches of the above commitments as well as any substantial suspicion of such a breach.
2. In case any such preceding misconduct on the part of such official(s) is
reported by the BIDDER to the BUYER with full and verifiable facts and the same is prima facie found to be correct by the BUYER, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the BUYER and such a person shall be debarred from further dealings related to the contract process. In such a case while an enquiry is being conducted by the BUYER the proceedings under the contract would not be stalled.
Commitments of the BIDDERs
3. The BIDDER commits itself to take all the measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of its bid or during any pre-contract or post-contract stage in order to secure the contract or in furtherance to secure it and in particular commit itself to the following:-
3.1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift,
consideration, reward, favour or any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER, connected directly or indirectly with the bidding process, or to any person, organization or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract.
3.2 The BIDDER further undertakes that it has not given, offered or promised to give, directly or indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER or otherwise in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or execution of the contract or any other contract with the Government for showing or forbearing to show favour or disfavour to any person in relation to the contract or any other contract with the Government.
3.3 BIDDERs shall disclose the payments to be made by them to agents/brokers or any
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
87 | P a g e
other intermediary, in connection with this bid/contract.
3.4 The BIDDERs further confirms and declares to the BUYER that the BIDDER has not engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to recommend to the BUYER or any of its functionaries, whether officially or unofficially to the award of the contract to the BIDDER, nor has any amount been paid, promised or intended to be paid to any such individual, firm or company in respect of any such intercession, facilitation or recommendation.
3.5 The BIDDER, either while presenting the bid or during pre-contract
negotiations or before signing the contract, shall disclose any payments he has made, is committed to or intends to make to officials of the BUYER or their family members, agents, brokers or any other intermediaries in connection with the contract and the details of services agreed upon for such payments.
3.6 The BIDDER will not collude with other parties interested in the contract to
impair the transparency, fairness and progress of the bidding process, bid evaluation, contracting and implementation of the contract.
3.7 The BIDDER will not accept any advantage in exchange for any corrupt
practice, unfair means and illegal activities.
3.8 The BIDDER shall not use improperly, for purposes of competition or personal gain, or pass on to others, any information provided by the BUYER as part of the business relationship, regarding plans, technical proposals and business details, including information contained in any electronic data carrier. The BIDDER also undertakes to exercise due and adequate care lest any such information is divulged.
3.9 The BIDDER commits to refrain from giving any complaint directly or through any
other manner without supporting it with full and verifiable facts.
3.10 The BIDDER shall not instigate or cause to instigate any third person to commit
any of the actions mentioned above. 3.12 If the BIDDER or any employee of the BIDDER or any person acting on behalf
of the BIDDER, either directly or indirectly, is a relative of any of the officers of the BUYER, or alternatively, if any relative of an officer of BUYER has financial interest/stake in the BIDDER’s firm, the same shall be disclosed by the BIDDER at the time of filing of tender.
3.13 The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or transactions, directly or indirectly, with any employee of the BUYER.
4. Previous Transgression
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
88 | P a g e
4.1 The BIDDER declares that no previous transgression occurred in the last three years immediately before signing of this Integrity Pact, with any other company in any country in respect of any corrupt practices envisaged hereunder or with any Public Sector Enterprise in India or any Government Department in India that could justify BIDDER’s exclusion from the tender process.
4.2 The BIDDER agrees that if it makes incorrect statement on this subject,
BIDDER can be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason.
5. Earnest Money (Security Deposit)
5.1 While submitting commercial bid, the BIDDER shall deposit an amount of Rs. 5, 00,000/- (Rupees Five Lacs Only) as Bid Security or Earnest Money Deposit (EMD) with the BUYER.
5.2 The EMD shall remain valid till the submission of performance guarantee by the successful BIDDER.
5.3 In case of the successful BIDDER, a clause would also be incorporated in the Performance Bank Guarantee that the provisions of Sanctions for Violation shall be applicable for forfeiture of Performance Bond in case of a decision by the NODAL AGENCY to forfeit the same without assigning any reason for imposing sanction for violation of this Pact.
5.4 Performance Security should remain valid for a period of sixty days beyond the date of completion of all contractual obligations.
5.5 No interest shall be payable by the BUYER to the BIDDER on Earnest Money/ Performance Security for the period of its currency.
6. Sanctions for Violations
6.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle the BUYER to take all or any one of the following actions, wherever required:-
(i) To immediately call off the pre contract negotiations without assigning
any reason or giving any compensation to the BIDDER. However, the proceedings with the other BIDDER(s) would continue.
(ii) The Earnest Money Deposit (in pre-contract stage) and/or Performance
Security (after the contract is signed) shall stand forfeited either fully or partially, as decided by the BUYER and the BUYER shall not be require to assign any reason therefore.
(iii) To immediately cancel the contract, if already signed, without giving any
compensation to the BIDDER.
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
89 | P a g e
(iv) To recover all sums already paid by the BUYER, and in case of an Indian
BIDDER with interest thereon at 2% higher than the prevailing Prime Lending Rate of State Bank of India, while in case of a BIDDER from a country other than India with interest thereon at 2% higher than the LIBOR. If any outstanding payment is due to the BIDDER from the BUYER in connection with any other contract for any other stores, such outstanding payment could also be utilized to recover the aforesaid sum and interest.
(v) To en-cash the advance bank guarantee and performance bond/warranty bond, if furnished by the BIDDER, in order to recover the payments, already made by the BUYER, along with interest.
(vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss or damage to the BUYER
resulting from such cancellation/rescission and the BUYER shall be entitled to deduct the amount so payable from the money(s) due to the BIDDER.
(vii) To debar the BIDDER from participating in future bidding processes of the Government of India for a minimum period of five years, which may be further extended at the discretion of the BUYER.
(viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman or agent or broker with a view to securing the contract.
(ix) In c a s e s where irrevocable Letters of C r e d i t have b e e n received in respect of any contract signed by the BUYER with the BIDDER, the same shall not be opened.
(x) Forfeiture of Performance Bond in case of a decision by the BUYER to
forfeit the same without assigning any reason for imposing sanction for violation of this Pact.
6.2 The BUYER will be entitled to take all or any of the actions mentioned at para
6.1 (i) to (x) of this Pact also on the Commission by the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER), of an offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted for prevention of corruption.
6.3 The decision of the BUYER to the effect that a breach of the provisions of
this Pact has been committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can approach the Independent Monitor(s) appointed for the purposes of this Pact.
7. Fall Clause
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
90 | P a g e
7.1 The BIDDER undertakes that it has not supplied/is not supplying similar product/systems or subsystems at a price lower than that offered in the present bid in respect of any other Ministry/Department of the Government of India or PSU and if it is found at any stage that similar product/systems or subsystems was supplied by the BIDDER to any other Ministry/Department of the Government of India or a PSU at a lower price, then that very price, with due allowance for elapsed time, will be applicable to the present case and the difference in the cost would be refunded by the BIDDER to the BUYER, if the contract has already been concluded.
8. Independent Monitors
8.1 The BUYER will appoint Independent Monitors (hereinafter referred to as Monitors) for this Pact.
8.2 The task of the Monitors shall be to review independently and objectively,
whether and to what extent the parties comply with the obligations under this Pact.
8.3 The Monitors shall not be subject to instructions by the
representatives of the parties and perform their functions neutrally and independently.
8.4 Both the parties accept that the Monitors have the right to access all the
documents relating to the project/procurement, including minutes of meetings. 8.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he
will so inform the Authority designated by the BUYER. 8.6 The BIDDER(s) accepts that the Monitor has the right to access without
restriction to all Project documentation of the BUYER including that provided by the BIDDER. The BIDDER will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Subcontractors. The Monitor shall be under contractual obligation to treat the information and documents of the BIDDER/Subcontractor(s) with confidentiality.
8.7 The BUYER will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the p a r t i e s . The p a r t i e s will o f f e r t o t h e M o n i t o r the o p t i o n t o participate in such meetings.
8.8 The Monitor will submit a written report to the designated Authority of
BUYER/Secretary in the Department/ within 8 to 10 weeks from the date of reference or intimation to him by the BUYER/BIDDER and, should the occasion arise, submit proposals for correcting problematic situations.
Request for proposal for selection of Project Management Consultant (PMC) Implementation of Integrated Water Augmentation Project Korba town Part II under Mission AMRUT
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
91 | P a g e
9. Facilitation of investigation
In case of any allegation of violation of any provisions of this Pact or payment of commission, the BUYER or its agencies shall be entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary information and documents in English and shall extend all possible help for the purpose of such examination.
10. Law and Place of Jurisdiction
This Pact is subject to Indian Law. The place of performance and jurisdiction is New Delhi.
11. Other Legal Actions
The actions stipulated in this Integrity Pact are without prejudice to any other
legal action that may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.
12. Validity
12.1 The validity of this Integrity Pact shall be from date of its signing and extend the complete execution of the contract to the satisfaction of both the BUYER and the BIDDER/Seller, including warranty period, whichever is later, in case BIDDER is unsuccessful, this integrity Pact shall expire after six months from the date of the signing of the contract.
12.2 Should one or several provisions of this Pact turn out to be invalid, the remainder
of this Pact shall remain valid. In this case, the parties will strive to come to an agreement to their original intentions.
For and on behalf of the Bidder
(Name & Signature of the Authorized Signatory)
Date: